Research Vessel with Equipment
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Apr 13, 2022 04:38 pm EDT
- Original Response Date: Apr 28, 2022 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1940 - SMALL CRAFT
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance:
Description
The Naval Sea Systems Command (NAVSEA) is hereby issuing a Sole Source Synopsis on behalf of the USN and FMS Boats and Craft Program Office (PMS300) to disseminate to industry information on the anticipated acquisition of a fully equipped Research Vessel (RV) meeting the requirements of the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) as a Maritime Operations Ship hereafter referred to as MOS.
Pursuant to FAR 6.302-1, NAVSEA intends to award a sole source Firm-Fixed Price (FFP) contract to Vulcan, LLC for the Research Vessel (R/V) Petrel. NAVFAC EXWC requires a vessel with configurable capabilities enabling responsive scheduling and flexible support for high sea-state launch and recovery equipment. Mission requirements include ocean engineering and support in the areas of Remotely Operated Vehicles (ROV) launch and recovery, at sea installation and repair, and seafloor survey support. The vessel will be operated up to 30 days continuously and 250 days per year at sea. The capabilities required to support NAVFAC EXWC at a minimum are listed in Attachment 1.
Submission Instructions:
The intent of this notice is not to solicit competitive offers. However, interested parties may submit a capability statement of a similar RV that can meet the key requirements identified above to the Contracting Officer and Assistant Program Manager for consideration. Vendors interested in providing a capability statement for the RV for N00024-22-R-2214 shall provide a response as follows:
Format:
- Microsoft Word or Adobe Portable Document Format (PDF)
- Length – No more than two (2) pages, excluding the cover page.
- Each side of a double- sided page counts when printed.
Content:
- Responses shall be UNCLASSIFIED and shall include the following information:
1. Cover Page. The cover page should include the notice number, and company profile to include, at a minimum, the following:
- Company Name
- Address
- Point of Contact
- CAGE Code
- DUNS Number
- Phone Number and E-mail Address
- Web Page URL
- North American Industry Classification System (NAICS) Codes
- Small Business (Y/N):
- Woman Owned Small Business (Y/N):
- Small Disadvantaged Business (Y/N):
- 8(a) Certified (Y/N):
- HUBZONE Certified (Y/N):
- Veteran Owned Small Business (Y/N):
- Service Disabled Small Business (Y/N):
- Central Contractor Registration (Y/N):
- Company Ownership (U.S.), (Y/N):
2. Attachment 1 Filled in.
3. Provide the following Technical Data (If the Respondent has multiple RV candidate vessels that meet the RFI requirements, a separate response should be submitted for each. The following information is requested):
- Identify vessel relevant Construction, Intact, and Damage Stability Standards
- Provide the following information on the proposed existing vessel:
- Completed capabilities table. If the proposed vessel does not meet an attribute or requirement, then provide information on modifications required to address the requirement shortfall in the column provided.
- Principal characteristics, attributes and capabilities.
- General arrangement drawings, specifications for the candidate vessel.
- If the vessel has a helicopter deck provide relevant rating(s) and certification criteria
- Photographs (if available).
- Vessel flag
- Country of origin (where it was built)
- Year of build
- Year of major overhauls
- Provide a description of the company's relevant experience.
- Provide the approximate price for:
- Candidate vessel.
- Proposed modifications/conversion, if necessary
- Provide location of the vendor and vessel.
- If the proposed vessel is in an inactive status/lay-up, describe the facility where the vessel is located, who maintains the vessel, and the periodicity in which the vessel is inspected.
- Provide company contact information.
- Provide company small business status. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336612, Boat Building. Small Business Size Standard for this acquisition is 1000 Employees. If your company is a small business please note whether you are HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women Owned Business.
Responses are due to the Contracting Officer and Assistant Program Manager no later than 12PM EDT on 28 April 2022. Include N00024-22-R-2214 in the subject line of the email.
Notes:
- Do not send hardcopies (including facsimiles), as only electronic submissions will be accepted and reviewed.
- Do not attach ZIP files or lock or encrypt the file you submit, or attach password- protected files.
- The Government will scan all files submitted and if a virus is detected, it maybe grounds for rejection of the response.
Questions and requests for clarifications on this notice must be sent via email to the Contracting Officer and Assistant Program Manager no later than 28 April 2022. When submitting questions, include N00024-22-R-2214 in the subject line of the email. The Government may post questions and answers.
The Government does not intend to award a contract based on this notice or pay for the information. This notice is solely for market research, informational and planning purposes. This is not a Request for Quotation or a Request for Proposal, and it is not to be construed as a commitment by the Government. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items. Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this notice or the Government’s use of submitted information. Any information that the vendor considers proprietary or confidential business information should be clearly marked as such. Responses to this notice that indicate information therein is proprietary or represents confidential business information will be received and held in confidence for use by U.S. Government. The information provided in this notice is subject to change. The Government is under no obligation to revise any aspect of this notice should any information herein change. The Government will provide any additional information and issue any additional requests for information at its sole discretion.
North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336611, Ship Building and Repairing. Small Business Size Standard for this acquisition is 1,000 Employees. Product Service Code (PSC) applicable to this acquisition is 1940 – Small Craft.
Contracting Officer: Kurt Boyles @ kurt.r.boyles.civ@us.navy.mil
Contract Specialist: Shereese Matthews @ shereese.a.matthews.civ@us.navy.mil
Assistant Program Manager: Peter Herrman @ peter.c.herrman.civ@us.navy.mil
Attachments/Links
Contact Information
Contracting Office Address
- 1333 ISAAC HULL AVE SE
- WASHINGTON NAVY YARD , DC 20376-5000
- USA
Primary Point of Contact
- Kurt Boyles
- kurt.boyles@navy.mil
Secondary Point of Contact
- Shereese Matthews
- shereese.a.matthews.civ@us.navy.mil
History
- May 13, 2022 11:55 pm EDTSpecial Notice (Original)