The RFP Database
New business relationships start here

Installation of Water Quality System (WQS) and Repairs of the Waterjets onboard the Improved Navy Lighterage System (INLS)


California, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information (RFI): Potential Sources Sought
for Installation of Water Quality System (WQS) and Repairs
of the Waterjets onboard the Improved Navy Lighterage System (INLS)

This RFI is for market research purposes and is open to all government and commercial entities that feel qualified to provide the labor, material, equipment, software and controls to install the WQS alteration designed by Wartsila Defense Inc. (WDI) and perform repairs to the waterjets onboard the INLS.

Naval Facilities Expeditionary Program Office (NEPO) and Naval Facilities Engineering Command (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC) are seeking information regarding capability and ability to install, integrate and test the WQS from interested parties in advance of a future contract award.


THIS IS A REQUEST FOR INFORMATION ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR RESPONSES.

Background:

NAVFAC EXWC is the In-Service Engineering Agent (ISEA) for the INLS that provides ship-to-shore offload capability. NAVFAC has a continuing need to conduct condition assessments of the waterjet components to determine their suitability for continued service and recommend acceptance, refurbishment or condemnation.


To maintain reliability and performance of the INLS waterjet, NAVFAC requires technical documents, condition assessments, alterations, shipyard labor and facilities, integration support, repairs, and parts.

The technical information regarding the WQS for INLS Low Rate Initial Production (LRIP) and Full Rate Production (FRP) craft can be obtained by contacting the designer, Wartsila Defense Inc. WDI contact information is provided below. The Contractor shall provide all labor, materials, and services necessary to install and integrate the WQS alteration including needed repairs to the waterjets.

Wartsila Defense Inc. contact information:
3617 Koppens Way
Chesapeake, VA 23323
757-485-5275

Description of Request/RFI Intent:

As part of this RFI, the respondent will be asked to provide their current capability and ability for each task listed below.


1. Procurement of all equipment and material required for installation and integration of the WQS onto six (6) LRIP and one (1) FRP INLS craft including necessary repairs to the waterjets.

2. Provide the labor, material, equipment, software and controls to install, integrate, and test six (6) LRIP INLS craft and one (1) FRP INLS craft WQS alteration designed by Wartsila Defense Inc.

o Location of installs to be performed at Coronado, Ca and Blount Island, Fl.

3. Perform repairs to the waterjets onboard the INLS as needed to ensure operational status when complete.

o Location of repairs to be performed at Coronado, Ca and Blount Island, Fl.

Submittal Requirements:

The Government requests that interested parties submit a statement of interest on the Organizationbs letterhead demonstrating the qualifications to perform the defined work.
Responses should be complete and sufficiently detailed to address the specific information discussed herein.

In summary, the Government requests the following information from each respondent:

1. A Profile to include: (a) Name and address; (b) Brief description of party including the year the party was established; and (c) Names and positions of two points of contact (including title, telephone number and email addresses).
2. Description of capability and ability for tasks 1-3 listed under Description of Request/RFI Intent. Capabilities to include technical documentation creation, shipyard labor and facilities, and parts procurement. Abilities to include condition assessment process, integration support of controls and software, repair procedures, and test criteria.

Business Sensitive, Proprietary, or Otherwise Confidential Information:

As information received in response to this RFI may be used to structure future solicitations, if your party chooses to submit any business sensitive, proprietary, or otherwise confidential information, it must be marked as proprietary or restricted data in the response.
Information received from respondents will not be shared with any other respondent. Respondents will not be notified of the results of the market research. Response to this RFI is not required in order to respond to any future requests for proposal/bid/quotation that may follow, but information gathered through this RFI may influence the development of such future requests.

Response Date and Time:

We appreciate your interest in advance of supporting the Governmentbs requirements. Interested parties must provide the requested information by 12:00 pm (noon) PST, October 30, 2018.

Emailed submissions are acceptable, but shall not exceed 10 MB.

Nicole M. Bell, 805-982-3562, nicole.m.bell@navy.mil

Isaac A. Shimizu, 805-982-5077, isaac.a.shimizu1@navy.mil

Shana Hwang, 805-982-3993, shana.hwang@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP