40' Patrol Boats (40 PB) with Draft RFP
UPDATE 08/30/2023 *** This notice is hereby updated to notify industry that the Final RFP (N0002423R2275) has been posted via the Procurement Integrated Enterprise Environment (PIEE). For any question... UPDATE 08/30/2023 *** This notice is hereby updated to notify industry that the Final RFP (N0002423R2275) has been posted via the Procurement Integrated Enterprise Environment (PIEE). For any questions that were submitted by industry in response to the Draft RFP posted on SAM.gov that did not receive a response from the Government and for which Offerors are still seeking an answer, it is the Offerors' responsibility to resubmit the questions in accordance with the instructions outlined in the Final RFP (N0002423R2275) posted via PIEE. UPDATE ** This notice is hereby updated to provide an updated DRAFT RFP, Att. J-1 Spec, Att. J-12 CLIN Price Sheet, Att. J-13 Delivery Schedule, Att. J-14 EPA Tables and Addendum L1 through L4. Please note the revised DRAFT RFP and Attachments are pre-decisional and subject to change. Please forward all questions concerning these attachments to the Contracting Officer at edward.f.rogan.civ@us.navy.mil; Contract Specialist at nicholas.w.boyles.civ@us.navy.mil; and Assistant Program Manager at christian.e.rozicer.civ@us.navy.mil by NLT 9 August 2023 ** The purpose of this pre-solicitation notice is to synopsize the 40 Foot Patrol Boat requirement and provide a DRAFT Request For Proposal (RFP N00024-23-R-2275). This notice is for the procurement of an estimated quantity of seventy-eight (78) 40 Foot Patrol Boats (40' PBs) over the next seven (7) years under a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s). Award will be made to the offeror(s) whose proposal(s) provide the best value to the Government. It is anticipated that the 40PB Request For Proposal will have the potential for award to multiple builders. The Naval Sea Systems Command (NAVSEA) intends to issue a total small business set-aside under NAICS code 336612 competitive RFP no later than the 4th quarter of FY 2023. **Please note that this pre-solicitation notice correlates to the "Special Notice: 40' Patrol Boat Industry Day" announcement posted to SAM.gov on 30 May 2023 (ID Notice: N00024-23-R-2275)** Background: The 40PB is designed to operate day or night, in all-weather and will patrol green water littoral zones such as coastal water approaches, bays, major rivers, ports, and harbors. Specifically, the craft will support maritime security operation missions and tasks such as Harbor Approach Defense; High Value Unit Transit Escort Operations; Visit, Board, Search, and Seizure (VBSS) Operations and Overwatch; Critical Infrastructure Protection; Amphibious Operations Support; Riverine Operations; Mine Warfare Support; Embarked Forces Support (e.g., SOF, EOD, USCG LEDET); and, Humanitarian Assistance/Disaster Relief (HA/DR) Support. The overall mission objective is "presence and deterrence.” Additional Information: This pre-solicitation notice is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, RFP, or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor responses to this announcement. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. Please note, that all Industry responses and questions received for this pre-solicitation notice will be treated as public information and may be released on SAM.gov. The Government will consider all comments received on this presolicitation notice prior to posting the formal Solicitation. The Government does not commit to providing a response to any comment or question. Once the Solicitation is posted, all comments and questions shall be submitted in accordance with the RFP. The subsequent revision to any Request For Proposal-related documents based on comments received remains solely at the Government's discretion. No comments, questions, or inquires shall be made to any Government person other than the points of contact identified in this notice. No telephone inquiries will be accepted. The final RFP will be issued electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (https://piee.eb.mil) and all interested parties must respond to that solicitation announcement separately from the responses to this pre-solicitation notice. Questions or comments regarding the intended procurement plan or the draft requirements may be directed to: Nicholas Boyles, Contract Specialist - NAVSEA 02 (nicholas.w.boyles.civ@us.navy.mil) or Edward Rogan, Contracting Officer - NAVSEA 02 (edward.f.rogan.civ@us.navy.mil).
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
40' Patrol Boats (40PB) Sources Sought
UPDATE ** This notice is hereby updated to provide a Brand Name Callout List as Attachment 2** Please forward all questions concerning this attachment to the Contracting Officer at edward.f.rogan.civ@... UPDATE ** This notice is hereby updated to provide a Brand Name Callout List as Attachment 2** Please forward all questions concerning this attachment to the Contracting Officer at edward.f.rogan.civ@us.navy.mil, the contract specialist at nicholas.w.boyles.civ@us.navy.mil and Assistant Program Manager PMS 325G at christian.e.rozicer.civ@us.navy.mil. Disclosure This is a Request for Information (RFI) notice, issued by the Naval Sea Systems Command (NAVSEA), on behalf of the U.S. Navy and Foreign Military Sales, Boats, and Craft Program Office (PMS 300) for information and planning purposes 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. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. Responses to the RFI will not be returned. 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 that has not been both properly marked and clearly identified. Information marked proprietary received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. To aid the Government in its review, please segregate proprietary information. PURPOSE: The overall objective of this Sources Sought is to conduct and update market research in support of preliminary planning for the acquisition of the 40 foot Patrol Boat, hereafter referred to as 40PB. This will be a follow-on solicitation to N00024-17-D-2209 awarded to Metal Shark Boats, 29 September 2017. The planned phasing of the acquisition is as follows: *See Attachment 1 - 40PB Planned Phasing* The Navy plans to award a contract to one or more builders in FY23 for up to an estimated ninety (90) boats to be delivered to the following locations (not limited to): • Navy stock point in San Diego, CA • Navy stock point in Williamsburg, VA GENERAL CAPABILITIES: The 40PB is designed to operate day or night, in all-weather and will patrol green water littoral zones such as coastal water approaches, bays, major rivers, ports, and harbors. Specifically, the craft will support maritime security operation missions and tasks such as Harbor Approach Defense; High Value Unit Transit Escort Operations; Visit, Board, Search, and Seizure (VBSS) Operations and Overwatch; Critical Infrastructure Protection; Amphibious Operations Support; Riverine Operations; Mine Warfare Support; Embarked Forces Support (e.g., SOF, EOD, USCG LEDET); and, Humanitarian Assistance/Disaster Relief (HA/DR) Support. The overall mission objective is "presence and deterrence.” CHARACTERISTICS: GENERAL CHARACTERISTICS LOA x Beam x Draft: 40’ x 12’ x 3’ Sprint Speed: 35+ knots Cruise Speed: 25+ knots Installed Power: 5,200 HP Range: 200+ NM at full load, cruise speed Crew: 5 crew Displacement: 33,800 lbs ARMAMENT Crew service weapons 360° coverage Remote weapons system Ballistic protection PROPULSION 2 x Cummins Diesel Engines 2 x Hamilton Water Jets C4ISR SYSTEMS (Government Furnished Equipment unless noted otherwise) Integrated Electronic Navigation Package with Chart Plotter, GPS, Radar, Heading Sensor, and Depth Sounder (Contractor Furnished Equipment) VHF Marine Band Radio (Contractor Furnished Equipment) Tactical HF/VHF/UHF Radios Satellite Radio System Intercomm System Public Address System (Contractor Furnished Equipment) C2 Situational Awareness System Combat Identification System Electro Optical/Infrared Sensor (EO/IR) DESCRIPTION: The type of work to be accomplished includes construction of aluminum hull structures, installation of machinery, electrical systems, and electronics using a government provided Technical Data Package (TDP) and integration of Government Furnished Equipment (GFE). The TDP consists of the specification and associated non-deviational and deviational drawings, test procedures, technical manuals, and a GFE list. Additionally, the TDP includes as reference material, the SOLIDWORKS 3-D product model, AutoCAD 2-D associated drawings, and other engineering/manufacturing and product information developed during the current contract reflecting the Configuration Baseline. This includes: a. SigmaNEST Computer Lofting files sent to numerical cutting file vendor for aluminum materials i. Numerical cutting files b. Welding Schedule c. Production drawings/models and associated lists: i. Production work packages/process instructions specific to the fabrication of, and equipment installation of 40 PB. ii. Equipment installation drawings, instructions, and connection diagrams. iii. Vendor furnished installation information that is not delivered in the boat TDP. iv. Dimensional and tolerance data for boat and components. v. Details of material identification and preparation, including material condition, surface preparation, mandatory treatments, and coating specifications. d. Shop drawings. e. Drawings/models and associated lists for construction jigs, toolings and fixtures. f. Label plate database with drawing cross reference. The Supervisor of Shipbuilding will be assisting PMS 300 in the management and oversight of the contract after award. SUBMISSIONS: This updated Request for Information is being issued for the purpose of identifying contractors with the required expertise and capabilities that might be interested in responding to a Request for Proposals, if one were to be issued, for construction, integration of GFE and delivery of the 40PBs. A detailed proposal is not requested. Not responding to this Sources Sought does not preclude participation in any future competitive solicitation if one is issued. If a solicitation is issued, it will be announced via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (https://piee.eb.mil) and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. It is anticipated that the 40PB Request For Proposals will have the potential for award to multiple builders. It is anticipated, subject to annual appropriations, that up to ninety (90) boats will be procured. Interested sources are encouraged to submit a capability summary describing similar vessel design(s), the firm's recent relevant business experience and their approach in meeting the requirements stated above. Responses should include: (a) The name and address of the contractor and where the boats would be built. (b) Contractor points of contact information including names, titles, phones, and email addresses. (c) Facility Description: A description of the contractor facilities that meet the requirements outlined above. (d) Production Throughput: Contractor is recommended to provide information demonstrating their capability/capacity for production throughput. When describing throughput, please address capability/capacity of facilities and how they are suitable to handle the physical components of the boat, stowage of GFE and the current and projected utilization of workforce and trades required to complete the 40PB. Information requested to also include the estimated maximum production throughput of the boats per year, considering constraints from other contracted and projected workload for other project/programs. Additionally, request the Contractor state the minimum 40PB quantity that would need to be guaranteed each year to respond to the solicitation. (e) Past experience performing construction of boats of similar dimensions and characteristics highlighting: Construction techniques; Portions which will be internal vice subcontracted, including identification of likely design agent; Any intended teaming arrangements; Familiarity with Government contract requirements and drawing development. Give examples of successful Government contracts of similar scope of work on boats of 35 feet or greater length, including specific experience installing ballistics. A description of the boat design identified by the Contractor that meets or comes close to meeting the above listed design requirements. (f) Provide approximate price for: 1. Candidate vessel including integration of both Commercial and GFE C4ISR systems 2. Delivery to stated locations (g) It is anticipated that the actual costs for aluminum and certain components may vary during contract performance therefore the Government is considering addition of an Economic Price Adjustment clause into the RFP. Please provide any comments you may have on including EPA clause into an RFP. This RFI is the continuation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not an RFP. The informational responses shall contain unclassified information only. Information should be e-mailed to Chris Rozicer, PMS300, at christian.e.rozicer.civ@us.navy.mil, Edward Rogan at Edward.f.rogan.civ@us.navy.mil AND Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil. Responses are requested by 1700 Eastern Time on December 9, 2022. Questions can be submitted via e-mail to Mr. Chris Rozicer (christian.e.rozicer.civ@us.navy.mil), Mr. Edward Rogan (edward.f.rogan.civ@us.navy.mil) AND Mr. Nicholas Boyles (nicholas.w.boyles.civ@us.navy.mil). Please provide responses by email, telephonic questions will not be accepted at this time.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »