This notice is a request for information (RFI) as defined at FAR 15.201(e). The International Unmanned and Small Combatants Program Office (PMS 525) is conducting market research to identify potential sources that possess the capability to accomplish potential future requirements. Specifically, PMS 525 seeks to identify qualified sources for a potential future contract vehicle that will provide fully qualified mariners to crew and support Multi Mission Surface Combatant (MMSC) ship during each ship’s post delivery period. Four MMSCs are currently under construction for the Kingdom of Saudi Arabia under a Foreign Military Sales case. To aid prospective offerors in responding to this notice, the attached MMSC Professional Mariner Crew Sources Sought Overview provides a summary of the anticipated requirements of the potential contract, and outlines a number of questions for industry. The document is marked Distribution Statement C, and will only be available for download to prospective offerors with the appropriate credentials. Please follow the instructions in this notice to access the controlled attachment.
PMS 525 invites all interested potential sources, including small business concerns, to submit written information sufficient to demonstrate the respondent’s ability to fulfill the requirements. Qualified firms must demonstrate that they possess the requisite facilities, equipment, and capabilities to perform the work. Please note that SECRET security clearances will be required for any contractor employees, ship officers or crewmembers whose duties under the contract require access classified material and communication equipment.
Submit all responses via email to the points of contact listed in this notice. Responses must be received no later than January 15, 2021. Please ensure that the subject line of any emails containing responses or questions related to this notice includes the name of your firm and “MMSC Merchant Mariner Crew RFI Response” (without quotations marks). Please limit responses to a maximum of twenty (20) pages in length, excluding the cover page, with a minimum font size of 10 points.
All information received bearing proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contacts listed in this notice.
Responses to this notice must include the following information:
Responses to this notice must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed twenty (20) typewritten pages in no less than 10 font size.
PMS 525 also intends to host an industry day event to present the Navy’s requirements and to solicit feedback from prospective offerors in prearranged breakout sessions. This notice will be updated to provide further details regarding the industry day event once they are available.
Access to Controlled Solicitation Materials
The attachment to this notice is marked Distribution Statement C (Distribution authorized to U.S. Government agencies and their contractors (export controlled)). As such, the attachment will be available for download to only those prospective offerors that are authorized to access export controlled documents. This level of access requires prospective offerors to hold a current certification through the Defense Logistics Agency Logistics Information Service's Joint Certification Program (JCP). To request access, please submit a completed Controlled Material Access Request form to the points of contact listed in this notice. The Government will use the information provided in the form to validate each prospective offeror's JCP certification prior to granting access to any controlled materials.
NOTE: Proprietary information should be clearly marked. This notice is not a request for proposals. Per FAR 15.201(e), responses to this notice do not constitute offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. The Government makes no representations that a solicitation for the requirements described in this notice will be issued. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used by the Government in the development of a procurement strategy. Respondents should properly mark any materials submitted with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records statutes only if properly labeled as such.