Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
MODIFICATION

19 -- Sources Sought revised announcement as stated below:

Notice Date
2/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412R2202
 
Response Due
3/15/2012
 
Archive Date
3/30/2012
 
Point of Contact
Karen Min 202-781-3281 karen.min@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This sources-sought synopsis is issued in anticipation of a potential future procurement of oil spill response crafts. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine capable sources that can build a craft possessing the characteristics as listed below. The craft will support salvage and oil spill recovery/response missions throughout the world on a moment's notice. The craft will be used as a towboat for oil skimming equipment and boom handling and will also perform specialized support missions such as anchor handling and utility boat operations. The craft must be capable of full operations in a Sea State 2 condition and survival in a Sea State 4 condition. The craft must be capable of transportability by commercial and military organizations over-the-road, in the air (C-130T) and on ships. Due to the Emergency Ship Salvage Material program's mission, the crafts may/can be stored for unspecified lengths of time in a warehouse and be activated on short-notice. The desire is the craft be activated in a very short amount of time for disaster response. Therefore, the craft systems must be easily accessible for lay-up and reactivation as well as storage and routine maintenance. The craft(s) are required to be manufactured in the United States. Proposed effort will be a Firm Fixed Price contract with the total contract length of five (5) years with an estimated order totaling 24 crafts. The type of solicitation to be issued will depend upon the responses to this synopsis. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336612, Boat Building. Small Business Size Standard for this acquisition is 500 Employees. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.Offerors name, address, point of contact, phone number, and e-mail address. 2.Offerors interest in bidding on the solicitation when it is issued. 3.Offerors capability to meet the requirements. 4.Offeror ™s in-house capability to execute design and construction of the craft, comparable work performed within the past 5 years “brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) “provide at least 3 examples. 5.Offerors type of business and Business Size (whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a)). 6.Offerors Joint Venture information if applicable “existing and potential. Interested parties shall respond to this Sources Sought Synopsis no later than 09:00 AM (EST) 15 March 2012. All interested contractors must be registered in CCR to be eligible for award of any Government contract. Mail, fax or email your response Ms. Karen Min, Contract Specialist, 1333 Isaac Hull Ave, Washington Navy Yard DC 20376-2020 Room 5W1116 FAX No. (202) 781-4775, Email address: karen.min@navy.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. If e-mailing, to ensure proper receipt, place śBoom Handling Craft ť in the subject field.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R2202/listing.html)
 
Record
SN02679516-W 20120223/120221234751-d9cf86e3c491994b3dca020fcb9526fd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.