Multi-Mission AUTEC Range Vessel (MARV) Request for Information

expired opportunity(Expired)
From: Federal Government(Federal)
N00024-24-R-2240

Basic Details

started - 29 Feb, 2024 (1 month ago)

Start Date

29 Feb, 2024 (1 month ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
N00024-24-R-2240

Identifier

N00024-24-R-2240
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PURPOSE: The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of the Support Ships, Boats, and Craft Program Office (PMS325) to disseminate to industry information on the anticipated acquisition of an Offshore Supply Vessel (OSV) for the Atlantic Undersea Test and Evaluation Center (AUTEC), hereafter referred to as a Multi-Mission AUTEC Range Vessel (MARV). Additionally, the Navy seeks to understand the technical, cost and schedule parameters associated with purchasing a new OSV platform to meet the notional Capabilities in this RFI. DESCRIPTION: The Atlantic Undersea Test and Evaluation Center (AUTEC) requires an Offshore Supply Vessel (OSV) to support Department of Defense (DoD) Test and Evaluation (T&E) and Crew Certification. The OSV will be operated in the Bahamas and make routine trips to the United States to support fleet event. The OSV will support Antisubmarine Warfare Training, deployment and retrieval of Unmanned Vehicles, and
routine harbor maintenance. The OSV will need a crane capable of deploying and retrieving torpedoes, buoys, and small ribs. The OSV will host AUTEC specific equipment for T&E which will be provided as GFE for installation. This vessel will be constructed and operated as a public vessel of the NAVY. The below parameters are the accepted values for this vessel. REQUIREMENTS:The vessel shall meet the minimum capabilities detailed in Attachment 1. ACQUISITION OVERVIEW: The MARV Project encompasses efforts to solicit a contract for the design, construction, and delivery of a new OSV. The method for achieving this goal will be based on attracting potential bidders, with OSV design and construction experience, to become primary contractors for overall project and delivery of a completed vessel to government specifications. After completion of the vessel and delivery to the area of Fort Lauderdale, FL, the US NAVY will take ownership of the vessel and operate it as a government-owned, Public Vessel. It will be required for the contractor to complete all the inspection and survey requirements for delivery of the vessel with an International Load Line Certificate complete and valid for 5 years. The ship shall be classed under ABS ? Offshore Supply Vessel, ?, ?A1, ?AMS, ?ACC, ?APS, and HAB(WB). The contractor shall be responsible for directly obtaining the services of ABS and coordination of all inspection requirements. The services will include submission of all drawings necessary for approval and obtaining all analysis, inspections, and surveys necessary for ABS class and International Load Line assignment. The contractor will be responsible for supplying all services (engineering, design, production, etc.) as necessary for the design and construction of the vessel, to include design and installations of the foundations for Government Furnished Equipment (GFE). The GFE may include a Telescoping Target Launching System (TTLS) which is a modified hydraulic shipboard crane with a 24’ operating radius, and a Ramp Recovery System (RRS), which is comprised of a centerline-mounted U-frame, a 10’ x 30’ recovery ramp for operation off the stern, and various other deck, hydraulic, and electrical installations. SCHEDULE: The notional schedule provided herein is for planning purposes only. The Government is not obligated to pursue this schedule or a future solicitation associated with this RFI. Please note: Should the Government issue an RFP for the MARV, only shipyards located in the United States would be eligible to submit a proposal. As a basis for response to this request, it should be assumed that an RFP would be issued in Fiscal Year 2026 and a contract for providing, converting and delivering a MARV would be awarded in Fiscal Year 2027. INFORMATION SOUGHT: Interested parties are free to submit any information which may assist the Navy in its market research. There is no page requirement/limit and a detailed proposal is not requested. Submission in PDF format is desired. Drawings sized to 8.5”x11” or 11”x17”. All other documentation sized to 8.5”x11”. At a minimum, please provide the following data. The following information is requested (Please use as a checklist): 1. Provide data and/or information on any vessel design meeting the key requirements as identified in the Requirements table. If available, please include general arrangement drawings and photographs. 2. Provide a description of the company's relevant experience. 3. Provide location of the vendor. 4. Provide company contact information. 5. Provide size of company as small or large. 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. 6. Estimated price for design, construction and delivery of a vessel meeting the requirements above. 7. Estimated schedule from day of contract award to delivery of vessel to Fort Lauderdale, Florida. Further breakdown of the schedule is requested, if possible, e.g., design phase, production, delivery. Note: As a reminder interested parties do not have to meet all requirements listed in this RFI to submit a response. All responses received will be reviewed by the Government. 8. Provide a separate rough order estimate to include installation of GFE Torpedo Tube into a vessel with the above characteristics listed in Table 1. This would include but not limited to design work with a naval architect, as well as an additional tank, or structural requirements to integrate the GFE into the vessel. Submissions should be emailed to Mr. Peter Herrman, PMS325, at peter.c.herrman.civ@us.navy.mil. The response file shall be in PDF format, with file name including the Solicitation number N00024-24-R-2240 and your company name. Responses are requested by March 29, 2024. Questions concerning this announcement may be submitted via email to Mr. Peter Herrman (peter.c.herrman.civ@us.navy.mil) AND Mr. Isaiah Sera (isaiah.c.sera.civ@us.navy.mil). NO QUESTIONS VIA TELEPHONE WILL BE ACCEPTED. 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 U.S.-only interested parties. 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.

WASHINGTON NAVY YARD, DC, 20376-5000, USALocation

Place Of Performance : WASHINGTON NAVY YARD, DC, 20376-5000, USA

Country : United StatesState : District of Columbia

You may also like

Multi-Jurisdictional Hazard Mitigation Plan

Due: 30 Apr, 2024 (in 1 day)Agency: Gila County

Classification

NAICS CodeCode 336612
Classification CodeCode 1940