News

Request for Information U.S. Navy Force Protection Medium

Type of document: Contract Notice
Country: United States

Request for Information U.S. Navy Force Protection Medium

Agency:
Department of the Navy

Official Address:
SEA 02
1333 Isaac Hull Avenue SE Washington Navy Yard DC 20376

Zip Code:
20376

Contact:
Sarah Belt, Contract Specialist, Email sarah.belt@navy.mil тАУ Matt Warncke, Assistant Program Manager, Email matthew.warncke@navy.mil

Link:

Date Posted:
21/11/2017

Classification:
19

Contract Description:

U.S. Navy Force Protection Medium (FPM)
Solicitation Number: N00024-18-R-2222
Agency: Department of the Navy
Office: Naval Sea Systems Command
Location: NAVSEA HQ

Synopsis:
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 partiesтАЩ 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 and projected near term schedule for a potential Force Protection Medium (FPM) solicitation. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired.

The Naval Sea System Command (NAVSEA) is hereby issuing an RFI on behalf of the Support Ships, Boats, and Craft Program Office (PMS 325), to provide industry the status of the NavyтАЩs plans to recompete the Chief of Naval Installations, Command (CNIC) ~33 feet FPMs that are currently in use with CNIC.

The Navy plans to award a 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract in FY19 for an estimated 105 boats.

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 3rd QTR FY18
2. Release final RFP 4th QTR FY18

Not responding to this RFI related to FPM does not preclude participation in any future solicitation, if one is issued.

DESCRIPTION:
FPMs are primarily used for fleet force protection, maritime interdiction, law enforcement operations at Naval activities and adjacent ports and waterways duties. The operational requirements for the boat are to provide Anti-Terrorism/Force Protection patrols for US Navy Installations, which include 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.

Because the boats are deployed worldwide, it is encouraged they be procured with core standard systems to maximize compatibility with existing US Navy craft logistics and training programs and minimize impact to Integrated Logistics Support (ILS) aspects (provisioning, training, etc.). Key logistically-significant systems are specified to achieve ILS commonality across acquisition contract years and thus Reduce Total Ownership Cost (R-TOC).

FP Medium Key Characteristics:
      тАв Gasoline powered outboard engine
      тАв Aluminum boats approximately 10 meters (33 ft.) in length.
      тАв Cabin w/ Heating, Ventilation and Air Conditioning (HVAC)
      тАв Integrated electronic navigation system
      тАв Protective collar
      тАв Generator
      тАв Heavy machine gun foundation

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 8.5тА│x11тА│ or 11тА│x17тА│. All other documentation sized to 8.5тА│x11тА│.

The following information is requested (Please use as a checklist):

1. Provide a description of the companyтАЩs relevant experience.
2. If applicable, identify the number of vessels delivered, dates delivered and customer.
3. Provide the approximate price for:
      a. Candidate vessel (and any quantity discount schemes).
      b. Engineering Drawings.
      c. Technical Manuals & Other Data.
4. Provide location of company production facilities, if applicable.
5. Describe facility production capacity (e.g. estimate on total construction time for one FPM; and how many FPM boats can be built per year), if applicable.
6. Provide company contact information.
7. Whether the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or Woman Owned company, HUBZone small business, veteran owned small business, or service disabled veteran owned small business.

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.

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 FPM 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: Roxie Thomas, Contracting Officer тАУ NAVSEA 02 (roxie.thomas@navy.mil), Sarah Belt, Contracts Specialist тАУ NAVSEA 02 (sarah.belt@navy.mil) or Matt Warncke, Assistant Program Manager тАУ PEO Ships/PMS 325G (matthew.warncke@navy.mil).

Responses are requested by 2:00 PM (EST) on Thursday, December 14, 2017. General questions and clarification needed on requirements may be submitted electronically to sarah.belt@navy.mil and matthew.warncke@navy.mil.

 

 

Response Date:
121417

Sol Number:
N00024-18-R-2222

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy