Marine Mammal Boats
ID: N6426725Q5007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from Historically Underutilized Business Zone (HUBZone) sources capable of providing Marine Mammal Boats as outlined in the Draft Statement of Work (SOW). The procurement aims to replace aging vessels used for marine mammal research and support the Naval Information Warfare Center's efforts in detecting and recovering underwater objects, thereby enhancing Navy security. Interested parties are required to submit a Capability Statement, including company details, business size, estimated pricing, and SBA HUBZone certification, by 3:00 PM PDT on October 29, 2024, to Contract Specialist Robert Soto at robert.soto76.civ@us.navy.mil. This opportunity is not a solicitation for proposals but a request for information to determine the appropriate acquisition method.

    Files
    Title
    Posted
    The document outlines the specifications for a Marine Mammal Boat intended for the Naval Information Warfare Systems Command (NIWC). It details the boat's design, construction, performance requirements, and administrative guidance, emphasizing a welded aluminum mono-hull not exceeding 25 feet in length and designed for efficient operation under varying conditions. Key performance metrics include a sprint speed of 35 knots and a range of 150 nautical miles at cruise speed while carrying a defined payload capacity. Additional sections specify hull structure, propulsion, electrical systems, command/control systems, and outfitting requirements, ensuring the vessel meets industry standards for safety and functionality in diverse marine environments. Rigorous testing protocols and noise level limits are established to ensure operational integrity and crew safety. The document serves as an essential resource for contractors bidding on the project, providing clarity on the expected standards and specifications crucial for government procurement processes. Overall, this specification illustrates the Navy's commitment to developing capable vessels that support national defense operations, particularly in marine mammal research and protection contexts.
    The document outlines the specifications and requirements for a federal Request for Proposal (RFP) concerning the design and construction of a marine mammal research vessel, with specific emphasis on various technical parameters and compliance standards. Key information includes dimensions such as Length Overall (LOA), Hull Length, Beam Width, and height requirements for transport, highlighting maximum limits for each category. The documentation mandates that offerors respond to the specifications with precise values for their proposed designs, while also specifying compliance through terms like “Comply” or “Comply w/Exceptions,” necessitating detailed justification for any deviations. Additionally, parameters relating to performance, such as cruise and sprint speeds, fuel capacity, and draft specifications are emphasized, along with the requirement to identify models for engines, batteries, and charging units. The structure of the document consists of specification items organized by offeror responses, along with guidance notes for compliance and documentation requirements. The overarching goal of the RFP is to ensure that all submitted proposals align with government standards to facilitate marine research effectively while meeting necessary technical and safety benchmarks.
    The document outlines a draft request for proposal (RFP) focused on procurement of various spare parts for marine vessels. The listed items include essential components such as zinc/anode sets, bilge pumps, water separators, lights, fuel filters, and engine oils. It details quantities and unit measurements for each item intended for maintenance or repair of marine crafts. The comprehensive list emphasizes the importance of ensuring vessel functionality through proper spare parts management. The total price for the proposal is currently marked as $0.00, likely indicating it has not yet been finalized. This document is indicative of the government's efforts to maintain marine equipment readiness, aligning with broader regulatory and operational standards for marine safety and efficiency.
    The document outlines requirements for Unique Item Identification (UID) marking for contractor-supplied items under a specific federal contract (N6426725Q5007). It mandates that contractors implement UID in accordance with military standards (MIL-STD-130) and the Department of Defense guidelines. UID ensures items have a globally unique, unambiguous identifier that remains consistent throughout their lifecycle. The physical UID markings must be legible until disposal and, where possible, should include human-readable information. Contractors must include their Enterprise Identifier and specific hull information to construct the UID for the contract items. Additionally, a detailed list of UID materials must be submitted to the Contracting Officer for approval before label printing. The document also specifies procedures for entering UID data into the IUID Registry and outlines the government’s role in verifying these labels during inspections. This comprehensive approach reinforces the importance of standardized identification for government contracting and accountability in defense procurement processes.
    The document outlines the warranty terms for boats provided under the government contract N6426725Q5007. It defines key terms such as "Acceptance" and "Defect," establishing the contractor's obligations to extend standard commercial warranties at no extra cost, including those for systems and components. The warranty period commences upon the boat's entry into service with the Navy and lasts for at least 12 months, unless extended due to defect-related issues. The contractor is required to remedy defects identified during acceptance or the warranty period without additional costs to the government. Notification of defects must occur within a specified timeframe, and corrective actions must be recommended promptly. The contractor must maintain a warranty correction program, ensuring expedient defect resolution, and the government retains rights to pursue corrective actions independently if the contractor fails to do so. Overall, the document emphasizes the contractor’s responsibilities in ensuring that delivered boats meet contractual requirements, along with the remedies available to the government for defects encountered. This framework is essential for regulating government contracts related to marine equipment, ensuring accountability, and safeguarding public interests.
    The document outlines the Proposed Delivery Schedule for boats under the government contract N6426725Q5007, detailing two distinct production scenarios: "NO BREAK in Production" and "BREAK in Production." The delivery timelines are defined based on the issuance of new orders relative to the delivery date of previous orders. For the "NO BREAK in Production" scenario, delivery of Boat 1 would occur 30 days after the last boat, while in the "BREAK in Production" scenario, Boat 1’s delivery would take 330 days after the order is placed. The document provides specific timelines for multiple boats, where the delivery of Boats 2 and 3, for both production scenarios, is dependent on the sequential completion of prior boats, with respective timelines of 60 and 30 days. This structure helps ensure agency preparedness and management of production schedules while maintaining clarity on order dependencies. The definitions provided clarify the conditions under which deliveries fall into either scenario. Overall, the document serves as an essential guideline for schedule adherence and production expectations in the context of federal procurement processes.
    The document outlines the requirements for offerors submitting proposals under the DRAFT solicitation N6426725Q5007, particularly focusing on the identification and assertion of restrictions related to technical data and computer software. Offerors must specify if they intend to assert any restrictions on noncommercial technical data or software, or indicate “NONE” if they do not. The effective assertion requires a completed and signed table, detailing the type of data/software, basis for restrictions, and asserted rights. Noncompliance in this submission process may render an offer ineligible for contract award. If awarded, the assertions must be incorporated into the contract, and the Contractor may be asked to provide additional information for evaluation. This provision is essential for the government to understand the rights associated with the delivered data or software and facilitates appropriate usage under federal contracts.
    The U.S. Navy's PMS300 is soliciting for the procurement of four Marine Mammal boats to support the Naval Information Warfare Center (NIWC) Pacific's Marine Mammal Program. These boats will facilitate the detection, location, marking, and recovery of underwater objects and enhance Navy security by assisting in identifying potential threats. The Statement of Work (SOW) outlines the contractor's responsibilities, including design, production, testing, and documentation, specifically detailing essential requirements and compliance standards. The contract consists of various work items, including Unique Item Identification, delivery logistics, pre-delivery inspections, and the creation of a Technical Data Package (TDP). The contractor is expected to engage in multiple reviews, including Design Maturity Reviews and Progress Reviews, to ensure successful execution and compliance with specifications. Moreover, clear guidelines regarding warranty, configuration management, and data rights are established. The contractor must manage spare parts and integrate cybersecurity data requirements. The delivery is required at specified military facilities, and all phases of the project emphasize strict adherence to timelines and safety protocols to ensure the operational readiness of the Marine Mammal Program. The overall objective is to replace aging boats that cannot be repaired with new units to maintain mission efficacy.
    Lifecycle
    Title
    Type
    Marine Mammal Boats
    Currently viewing
    Sources Sought
    Similar Opportunities
    Small Boat Surveyor and Overhaul Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy's NAVSUP Fleet Logistics Center San Diego, is seeking capable sources to provide Small Boat Surveyor and Overhaul Support Services for the Pacific Fleet's small craft operations. The procurement aims to assist small craft crew personnel with pre/post-deployment inspections, surveys, and overhauls of embarked boats on U.S. Navy ships and Boat Units, ensuring operational readiness and maintenance of various boat systems, including engines and navigational systems. This five-year contract, anticipated to be awarded on May 25, 2025, will be a Firm Fixed Price type, with a Request for Quote (RFQ) expected to be posted on December 17, 2024. Interested contractors must submit a capabilities statement by October 23, 2024, to Mr. Jason Pelle at jason.a.pelle.civ@us.navy.mil, including relevant company information and experience.
    Support Ship for Naval Surface Warfare Center – Panama City
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking responses for a Sources Sought Notice (SS-25-001) to procure one U.S.-flagged, Jones Act vessel to support operations at the Naval Surface Warfare Center in Panama City, Florida. The vessel will be utilized for various at-sea operations, including mine deployment and recovery, towing vehicles, supporting remotely operated vehicle (ROV) operations, and monitoring activities, requiring specific operational capabilities such as minimum draft and beam, high transit speeds, and sufficient deck space. This procurement is crucial for enhancing national defense efforts through maritime support capabilities, with the performance period set from November 13, 2025, to November 12, 2026, and options extending through October 2030. Interested companies must submit detailed information regarding their capabilities and costs by the response deadline of October 23, 2024, and can contact Samantha Wooton at samantha.r.wooton.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further inquiries.
    60' Dive Boat
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
    N6133119R0016-Operation and maintenance support of the Sea Fighter (FSF-1)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking sources for the operation and maintenance support of the Sea Fighter (FSF-1) under contract number N6133119R0016. This procurement aims to extend the current contract by 18 months, focusing on support operations, maintenance, shipyard and dry-dock planning, and incidental engineering and administrative support necessary for the Sea Fighter's Advanced Technology Demonstrations (ATDs) and Research Development, Test, and Evaluation (RDT&E) efforts. The opportunity is classified under NAICS code 488310 for Port and Harbor Operations, with a size standard of $47 million, and is set aside for 8(a) sole source providers. Interested parties should submit a company profile and relevant information to Contract Specialist Courtney I. Henslee at courtney.henslee@navy.mil by the specified deadline, with no reimbursement for costs incurred in response to this notice.
    Two (2) 150T Mobile Boat Hoists, JEB Little Creek and Pearl City Peninsula
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Atlantic, is seeking potential sources for the procurement of two 150 metric ton mobile boat hoists intended for use by the Naval Special Warfare Command at locations in Virginia Beach, VA, and Pearl City, HI. The hoists must meet specific design and performance criteria suitable for outdoor operations, and this notice serves as a market research tool to identify both large and small businesses capable of fulfilling these requirements. Interested companies are encouraged to submit detailed information, including their business capabilities and experience with mobile boat hoists, by November 7, 2024, to assist the government in determining the potential for set-asides or competitive measures. For further inquiries, interested parties may contact Priscilla Gula at Priscilla.l.gula.civ@us.navy.mil or Lisa Sumpter at lisa.a.sumpter.civ@us.navy.mil.
    USS EMORY S. LAND Rescue Boat Davit
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking qualified businesses to supply an Allied Systems Company's brand Rescue Boat Davit (P/N: D6700FCTS) for the USS EMORY S. LAND (AS-39). This procurement is part of the Navy's efforts to enhance operational capabilities, with the delivery expected at the MSC BATS Warehouse in San Diego, CA. The Sources Sought Notice aims to identify small business sources, particularly Service-Disabled Veteran-Owned, HUBZone, and Certified 8(a) firms, to assess market capabilities and determine the best acquisition method. Interested parties must submit a brief capabilities package by October 18, 2024, and can direct inquiries to Edward Yarbrough at edward.b.yarbrough.civ@us.navy.mil or Colin Edick at colin.j.edick.civ@us.navy.mil.
    Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II), which involves the design and construction of up to six boats capable of operating in challenging maritime conditions. These vessels will support critical missions such as Search and Rescue (SAR), Marine Safety, and Law Enforcement, particularly in the Pacific Northwest, where they must endure severe weather conditions. The contract will be awarded as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a three-year base ordering period and an optional four-year extension, and proposals are expected to be evaluated based on technical merit, past performance, and pricing. Interested contractors should prepare for the Request for Proposal (RFP) release anticipated in late November 2024 and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    USS CHUNG HOON DDG93 HES-C Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is conducting a sources sought announcement for the USS Chung Hoon DDG93 HES-C Upgrade, aimed at assessing industry capabilities for a shipcheck to support an HESC upgrade for a DDG class ship. The SWRMC is particularly interested in identifying small business capabilities and interest, with the applicable NAICS code being 336611 for Ship Building and Repairing. Interested companies are invited to submit a notice of interest, including company details and responses to specific questions regarding their business size and capabilities, to the designated contacts by email. For further information, companies can reach out to Jonathon Mata at jonathon.f.mata.civ@us.navy.mil or Kelly Wang at kelly.x.wang.civ@us.navy.mil, with submissions limited to five pages and treated as confidential.
    U.S. Navy 7m RIB Diesel Engines
    Active
    Dept Of Defense
    The Department of the Navy, through the Naval Sea Systems Command (NAVSEA HQ), is issuing a Request for Information (RFI) regarding the procurement of inboard marine diesel engines for the U.S. Navy's 7-meter rigid inflatable boats (RIBs). The RFI aims to identify commercially available engines that meet specific performance and operational requirements, including a rated output of at least 200 bhp, compliance with EPA Tier 3 emissions standards, and compatibility with NATO fuels. This initiative is crucial for ensuring the operational readiness and efficiency of the Navy's maritime capabilities, with an anticipated need for approximately thirty engines per year. Interested parties are encouraged to submit their responses by 2:00 PM (EST) on Thursday, October 30, 2024, and may direct inquiries to Joseph Saponaro or Matt Warncke via their provided email addresses.
    J--Boat Preventative Maintenance and Repair
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.