U.S. Navy Dive Support Boat

expired opportunity(Expired)
From: Federal Government(Federal)
N00023-22-R-2200

Basic Details

started - 15 Sep, 2021 (about 2 years ago)

Start Date

15 Sep, 2021 (about 2 years ago)
due - 16 Oct, 2021 (about 2 years ago)

Due Date

16 Oct, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
N00023-22-R-2200

Identifier

N00023-22-R-2200
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708525)DEPT OF THE NAVY (156871)NAVSEA (28103)NAVSEA HQ (1940)NAVSEA HQ (1940)

Attachments (1)

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.

U.S. Navy Dive Support BoatSolicitation Number: N00024-22-R-2200Agency: Department of the NavyOffice: Naval Sea Systems CommandLocation: NAVSEA HQSynopsis: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 RFI is for informational planning purposes and it is not to be construed as a commitment by the Government to issue an RFP, contract, or order for any actual procurement of materials, machinery, 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 interested parties both foreign and domestic.  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. 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 for a potential Dive Support boat. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired.The Navy plans to award a contract in FY22 for an estimated 1 boat with 5 option boats, to be delivered to the following locations: Norfolk, VA; New London, CT; Portsmouth, NH.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.Release draft RFP 1st QTR FY22.Release final RFP 1st QTR FY22.DESCRIPTION:The boats are used by the Navy Dive Lockers and Regional Maintenance Centers to support underwater ship’s husbandry for submarines and surface ships.Dive Support Boat Key Characteristics:Aluminum monohull boats approximately 60 ft. in length by 22 ft. in beam.A sketch showing the notional arrangement of the desired boat is provided below. The main compartments/areas illustrated are the Foredeck, raised Pilothouse, Main Cabin, Aft Work Deck, and below decks: Forepeak, Galley, Dive Equipment Room (DER), Engine Room (ER) and Lazarette.  The walk-around Pilothouse and Main Cabin should be placed inboard to accommodate working under extreme bow flares of USN ships.  The Aft Work Deck should have a minimum 350 square feet open area to support diving operations and payload.The boat shall be capable of supporting a minimum of 5,990 lbs total payload, including personnel and mission gear/cargo. The notional breakdown of payload is twelve (12) divers at 285 lbs each and two (2) crew at 285 lbs each and 2,000 lbs of mission gear/cargo (5,990 lbs total).The boat shall be designed for marine transport and logistical launch and recovery (e.g. crane, well deck, or deck cargo transport) from decks of USN and/or Military Sealift Command (MSC)/Commercial shipping.An aft divers’ hinged swim platform.Bow push knees.Aft work deck frame and fabric enclosure.Twin propulsion Cummins (QSL9) diesel engines with ZF gear boxes of similar duty.Twin Aquamet 22 shafts.Two diesel-powered, 480 Vac, three-phase, 60-Hz generators in an ungrounded three-wire delta distribution system.480 Vac/3-phase and 120 Vac/1-phase shore power systems.Lunasea deck work lights.Ritchie Navigator flush mount magnetic compass.Furuno NavNet TZTouch Single Display System.An HVAC system to maintain Main Cabin, Pilothouse and Galley temperatures of seventy-five (75) degrees in extreme (110 degrees Fahrenheit) summer and sixty (60) degrees in extreme (zero (0) degrees Fahrenheit) winter conditions. Stainless steel electric utility fan-forced heaters thermostatically controlled for machinery, dive equipment, and lazarette spaces to protect against freezing.A Seawater Pump (electric), Ampco pump: Marine Z-series to support a diver embarked eductor used to evacuate water from cofferdams. Rule 3700 bilge pumps with Ultra Safety Systems JR pump switches.1000 gallons fuel tank.Duplex Racor fuel/water separator/filters.Bow thruster.Heavy duty aluminum or stainless steel, 600# capacity davit.Bauer BPII-26-E3 5000 psi high pressure dive compressor with P5S purification system.Wet suit and helmet rack.SCUBA tank storage.Dive hose rack saddles.Space and weight reservation provided for dive suite heater (Mar-Vel Model #PWH-100/3) and welder (PowCon 400SS).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 8.5”x11” or 11”x17”. All other documentation sized to 8.5”x11”.The following information is requested (Please use as a checklist):Provide company contact information.NamePosition/TitleEmail AddressTelephone NumberProvide GSA schedule, if applicable.  The Navy is considering placing an order for these boats off the GSA schedule, therefore please also include: A discussion of any Navy requirements for the Dive Support boat that may not be part of the GSA contract. Identify any issues with issuing this contract on GSA (if none, please state “none”).Provide location of company production facilities, if applicable.Describe facility production capacity (e.g. estimate on total construction time for one Dive Support boat).Provide any technical concerns with the production of the Dive Support boats.  If none, please state “none”.Identify alternative contracting approaches, if any, that would benefit industry.  If none, please state “none”.Provide a description of the company's relevant experience.If applicable, identify the number of vessels that were delivered, dates delivered and customer.Provide the approximate price for:Candidate vessel.Delivery to stated locations.Technical Manuals & Other Data.General description of the companySmall Business (Y/N)HUB Zone small business (Y/N)Service-Disabled Veteran Owned (Y/N)Economically disadvantaged women-owned small business (EDWOSB) (Y/N)Women-owned small business (WOSB) concerns eligible (Y/N)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.  Please do not provide classified information or use the marking “CONFIDENTIAL” as this marking is considered classified by the Government which would require special handling of the information.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 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:  Maureen Barlow, Contracting Officer – NAVSEA 02 (maureen.d.barlow@navy.mil) or Peter Herrman, Assistant Program Manager – PEO Ships/PMS 325G (peter.herrman@navy.mil).Responses are requested by 2:00 PM (EST) on Friday, October 16, 2021 

Washington Navy Yard ,
 DC  20376  USALocation

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : Washington

Classification

naicsCode 336612Boat Building
pscCode 1905Combat Ships and Landing Vessels