Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
MODIFICATION

19 -- U.S. Navy Workboat Docking

Notice Date
11/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-19-R-2211
 
Point of Contact
Maureen D. Barlow, , Matt Warncke,
 
E-Mail Address
Maureen.D.Barlow@navy.mil, matthew.warncke@navy.mil
(Maureen.D.Barlow@navy.mil, matthew.warncke@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DISCLOSURE: This is a Request for Information (RFI) notice only. This is not a Request for Proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This RFI does not commit the Government to contract for any supply or service. The Government will not pay for any effort expended or any material provided in response to this announcement. All costs associated with responding to this RFI are solely at the responding parties' expense. This RFI is open to all interested parties both foreign and domestic, but the boat must be built in the United States. Should an RFP for production be issued, boat designs which originate outside the U.S. are permitted as long as the prime contractor can meet all domestic United States manufacturing and solicitation requirements. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. PURPOSE: The overall objective of this RFI is to provide industry and interested parties with information that will assist in the understanding of current technical requirements for a potential Workboat Docking boat solicitation. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired. The Navy plans to award a contract in FY19 for an estimated four (4) boats and options up to an estimated additional four (4) boats for a total of eight (8). Four (4) boats are to be direct delivered to Portsmouth Naval Shipyard, Kittery, ME and the remaining four (4) boats delivery are to be determined at a later date. The notional schedule listed below is provided for planning purposes only. The Government is not obligated to pursue this schedule or a future solicitation because of this RFI. 1. Release draft RFP 1st QTR FY19. 2. Release final RFP 2nd QTR FY19. DESCRIPTION: The operational requirements for the boats are to provide Naval Shipyards with workboats to assist naval vessels for drydocking evolutions. In addition, the boats may be used to provide Naval shore installations with work boats to meet various port operations and barrier tending missions. This includes the ability to safely assist vessels, open and close security barriers, and to tow/push floating port operations support equipment, line handling, cargo transport, firefighting, diver support, and pusher boat. In order to meet these objectives, the boat must include propulsion equipment that is maximized for bollard pull, be highly maneuverable, and include a cabin that is climate controlled and provides shelter for the operators from extreme weather. Workboat Docking Key Characteristics: • Steel boats - approximately 25 ft. in hull length, 14 ft. maximum beam. • Single azimuthing z drive • Cabin w/ Heating, Ventilation and Air Conditioning (HVAC) • Crew of three with up to four additional personnel • *Bollard thrust - 10,000 pounds • Maximum speed - 7 knots • Diesel powered inboard engine • Integrated electronic navigation system • Integral hoist and tow fittings • *Delivery of four (4) boats to Kittery, ME by Sep 2020 *Key requirement RESPONSES & SUBMISSION OF INFORMATION: Interested parties are free to submit any information which may assist the Navy in its market research. Interested sources are encouraged to submit a capability summary that does not exceed five (5) pages in length. Submission in PDF format is desired. Drawings sized to 8.5"x11" or 11"x17". All other documentation sized to 8.5"x11". The following information is requested (Please use as a checklist): 1. Provide company contact information. a. Name b. Position/Title c. Email Address d. Telephone Number 2. Provide location of company production facilities, if applicable. 3. Describe facility production capacity (e.g. estimate on total construction time for one Workboat Docking; and how many Workboat Docking boats can be built per year), if applicable. 4. Provide latest possible award date to meet delivery of four (4) boats to Kittery, ME by Sep 2020. 5. Provide information on how boats will be delivered to Kittery, ME & Kitsap, WA 6. Provide concerns with direct delivery location identified. If none, please state "none". 7. Provide a description of the company's relevant experience. (If applicable, identify the number of vessels were delivered, dates delivered and customer.) 8. Provide the approximate price for: a. Candidate vessel & delivery in order to meet delivery date of Sep 2020. b. Technical Manuals & Other Data. c. Potential savings due to quantity discount schemes. 9. Provide any technical concerns of the configuration of Workboat Docking. If none, please state "none". 10. General description of the company a. Small Business (Y/N) b. HUB Zone small business (Y/N) c. Service-Disabled Veteran Owned (Y/N) d. Economically disadvantaged women-owned small business (EDWOSB) (Y/N) e. Women-owned small business (WOSB) concerns eligible (Y/N) Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Please do not provide classified information or use the marking "CONFIDENTIAL" as this marking is considered classified by the Government which would require special handling of the information. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to monitor FBO for updates and to participate in any future Workboat Docking solicitation, if one is issued. This RFI is the continuation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a RFP. Questions or comments regarding the intended procurement plan or the draft requirements may be directed to: Maureen Barlow, Contracting Officer - NAVSEA 02 (maureen.d.barlow@navy.mil), Roxie Thomas, Contracting Officer - NAVSEA 02(roxie.thomas@navy.mil), or Matt Warncke, Assistant Program Manager - PEO Ships/PMS 325G (matthew.warncke@navy.mil). Responses are requested by 2:00 PM (EST) on Tuesday, November 20, 2018. General questions and clarification needed on requirements may be submitted electronically to maureen.d.barlow@navy.mil, roxie.thomas@navy.mil, and matthew.warncke@navy.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-11-06 08:14:29">Nov 06, 2018 8:14 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-11-07 06:39:19">Nov 07, 2018 6:39 am Track Changes Please see the attached file "110618 QA RFI 19R2211" to review the Government's response to questions from industry. Please note the change to the Description: "Single azimuthing z drive" was added to Workboat Docking Key Characteristics.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-19-R-2211/listing.html)
 
Place of Performance
Address: 1333 Isaac Hull Ave SE, Washington Navy Yard, District of Columbia, 20376, United States
Zip Code: 20376
 
Record
SN05146898-W 20181109/181107231022-6b1e89562a4f622462d666f11c1df687 (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.