Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2025 SAM #8570
SPECIAL NOTICE

19 -- Force Protection Small/Large

Notice Date
5/12/2025 5:35:01 AM
 
Notice Type
Special Notice
 
NAICS
336612 — Boat Building
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-22-D-2270
 
Response Due
6/6/2025 11:00:00 AM
 
Archive Date
06/21/2025
 
Point of Contact
Michael Goldberg, Joseph Saponaro
 
E-Mail Address
michael.s.goldberg9.civ@us.navy.mil, joseph.f.saponaro.civ@us.navy.mil
(michael.s.goldberg9.civ@us.navy.mil, joseph.f.saponaro.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Synopsis announcement. A written solicitation will not be issued. Naval Sea Systems Command (NAVSEA) intends to modify previously competed Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) Contract No. N00024-22-D-2270, awarded to MetalCraft Marine, Inc. on 9 March 2022, located in Watertown, NY, for an estimated eighty two (82) Force Protection Small/Large boats. The Navy uses Force Protection Boats for Anti-Terrorism/Force Protection at US Navy Installations, which includes patrol, interrogation of other waterborne assets, and escorting large vessels in and out of port in various weather and water conditions, throughout the year, day and night. Commander, Navy Installations Command (CNIC) operates these boats as part of their shore installation management responsibility, in support of Naval Operations. The subject contract action will modify the Force Protection Large boat design currently procured under the subject contract in order to create a standardized Force Protection Boat. This contract action will include the Government purchase of the TDP for the modified boat design. The Navy requires a single, standardized Force Protection Boat design to replace the multiple variants currently in service, which were procured from various vendors with differing specifications. Maintaining these various boat designs is a significant financial burden due to the need for unique parts inventories, specialized maintenance procedures, and tailored training programs for each variant. This strains resources and adds unnecessary complexity to the supply chain. This consolidation is critical for streamlining logistics, training, and interoperability across the global fleet. Crucially, the desired design must closely align with existing vessels to maximize compatibility with current US Navy infrastructure and personnel. A new competitive contract that utilizes the purchased TDP to support a Government-issued specification is in development. The intent of this notice is not to solicit competitive offers. However, interested parties may submit a capability statement that can meet the key requirements to the Contracting Officer for consideration. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Interested party�s response to this Synopsis shall be limited to five (5) pages. 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. 1. Name 2. Position/Title 3. Email Address 4. Telephone Number 2. General description of the company 1. Small Business (Y/N) 2. HUB Zone small business (Y/N) 3. Service-Disabled Veteran Owned (Y/N) 4. Economically disadvantaged women-owned small business (EDWOSB) (Y/N) 5. Women-owned small business (WOSB) concerns eligible (Y/N) 3. Provide location of company production facilities, if applicable. 4. Provide a description of the company�s relevant experience. If applicable, identify the number of delivered vessels, dates delivered, and customer. 5. If available, please provide the following information for the candidate vessel: 1. Vessel principal characteristics and capabilities 2. Photos, drawings, and/or renderings 3. Design, construction, regulatory and classification standards employed 6. Provide the approximate price for: 1. Candidate vessel(s). 2. Technical Manuals & Other Data. 3. Potential savings due to quantity discount schemes. Interested parties shall respond to this Synopsis no later than 2:00 PM (EST) 6 June 20254. Email your response to: Mr. Joseph Saponaro, Contracting Officer, joseph.f.saponaro.civ@us.navy.mil and Mr. Michael Goldberg, Contracting Specialist, michael.s.goldberg9.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3a3e1516438a43bfae4648195df3a7f3/view)
 
Place of Performance
Address: Watertown, NY, USA
Country: USA
 
Record
SN07438997-F 20250514/250512230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.