Air National Guard (ANG) Inflatable Patrol Boats

expired opportunity(Expired)
From: Federal Government(Federal)
W9133L-19-R-A5IB

Basic Details

started - 05 Apr, 2019 (about 5 years ago)

Start Date

05 Apr, 2019 (about 5 years ago)
due - 19 Apr, 2019 (about 5 years ago)

Due Date

19 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W9133L-19-R-A5IB

Identifier

W9133L-19-R-A5IB
Department of the Army

Customer / Agency

DEPT OF DEFENSE (698005)DEPT OF THE ARMY (131586)NGB (17264)W39L USA NG READINESS CENTER (326)
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.

 SYNOPSIS Title: Air National Guard (ANG) Inflatable Patrol Boats Brief Description: HQ ACC and NGB/A5 have identified a requirement for rigid-hulled inflatable boats (RHIB) for use during deep-water and extended duration rescue operations.  The desired end state fielding will be two RHIBs at each Special Tactics and Guardian Angel Rescue squadron.  If funding is secured, a minimum of two RHIBs will be procured and delivered directly to the Air National Guard Air Force Reserve Command Test Center to begin tactics development and the US airdrop certification process. Response Date: 19 April 2019 Contract Specialist: Elizabeth R. Henderson, E-Mail: elizabeth.r.henderson6.mil@mail.mi  Primary NACIS Code: NAICS Code 336612 (Boat Building) including establishments that manufacture heavy-duty inflatable rubber or inflatable plastic boats (RIBs) Place of delivery: Air National Guard Air Force Reserve Command Test
Center                                 Attn: SMSgt Ryan Wallace                                 1600 E Super Sabre Drive, Bldg 10                                 Tucson, AZ 85706             The National Guard Bureau (NGB) Operational Contracting Division is conducting sources sought to determine the availability of qualified sources to provide the ANG with Inflatable Patrol Boats.  THIS IS NOT A FORMAL SOLICITATION. The Government is seeking to determine what qualified sources exist to fulfill this requirement. This information may be used to determine if there is a potential of a small business set aside.The purpose of this quote mark Sources Sought/Market Survey quote mark is to gain knowledge of potential qualified sources and to develop additional knowledge of the existing market for the required services. The Government requests interested parties submit a response which shall include a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, Large Business, etc.), anticipated teaming arrangements (i.e. primecontractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partner. Capability Packages should clearly address the following: Specifications/Requirements:  •           Length between 7.3m and 8.1m, including outboard engines•           Beam requirement 9.5ft external maximum and 6ft internal minimum•           Able to support 400hp engine power•           Must be rigid inflatable hull design, for work alongside other vessels or structures•           Must be beach-able "have a beach-able keel"•           Must be hoist-able by crane with 4 point hoist fittings•           Must have shock-absorbing seats for operators and passengers•           Space available to support 4 non-ambulatory litter bound patients on the deck or in two litter stanchions•           Must have a forward positioned control station•           Must have the ability to fold and stow all masts and antennas to provide a clear working area for helicopter hoist from the rear deck•           Must be certified for military airdrop operations by a national military force (provide documentation with response)•           Respondents must have the ability to deliver a production-representative test article before the end of calendar year 2019•           A section of the inflatable collar on both sides must be either removable or independently deflatable to allow for the loading and unloading of equipment, patients, and personnel without approaching the stern of the boat (keeping everything away from the engines) In addition, the following questions must be answered and elaborated on as part of the package: (1) Past Performance - Does your firm have the relevant past performance experience within the last three years? (2) Required Certifications- Will your firm be able to provide proof of military airdrop operations certifications?  Additional information regarding this requirement will be posted for viewing on FedBizOps at https://www.fbo.gov/ as it become available. All potential offerors are reminded that in accordance with Federal Acquisition Regulation (FAR) 52.204-7, Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offerors to monitor the FedBizOpps web site for release of any future synopsis or release of the solicitation. Interested parties should submit their capability packages by 19 April 2019, 12 pm EST to Elizabeth.r.henderson6.mil@mail.mil Please include company name, address, telephone number, and technical point of contact, brochures/literature. Capability packages must not exceed 15 pages (12 point font with on-inch borders, not including pictures, brochures and Market Survey), must be submitted electronically and should clearly indicate whether your firm is able capable to provide Inflatable Patrol Boards.  All contractor questions must be submitted no later than 12:00PM EST on 11 April 2019, to the contract specialist, Elizabeth R. Henderson, E-Mail: elizabeth.r.henderson.mil@mail.mil  Telephone calls regarding this notice will not be accepted. All information is to be submitted at no cost or obligation to the Government. All information marked {Proprietary to 'company name'} will not be disclosed outside of the Department of Defense. THIS SOURCES SOUGHT NOTICE IS BEING ISSUED FOR PLANNING AND MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT IS NOT AND WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTEDPARTIES RESPONDING TO THIS SOURCES SOUGHT NOTICE. Contracting Office Address:National Guard Bureau, Contracting Support, ATTN: NGB-OPARC, 111 South George Mason Dr., Bldg 2, 4thFloor, Arlington, VA 22204-1373Point of contact:Elizabeth R. Henderson, Contract SpecialistElizabeth R. Henderson, E-Mail: elizabeth.r.henderson.mil@mail.mi

ATTN: NGB-OPARC-AQ 111 South George Mason Drive AHS-2, Suite T419A Arlington, Virginia 22204-1382 United StatesLocation

Place Of Performance : ATTN: NGB-OPARC-AQ 111 South George Mason Drive AHS-2, Suite T419A Arlington, Virginia 22204-1382 United States

Country : United StatesState : Virginia

Classification

336 -- Transportation Equipment Manufacturing/336612 -- Boat Building
naicsCode 336612Boat Building
pscCode 19SHIPS, SMALL CRAFT, PONTOON, DOCKS