Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2004 FBO #0895
MODIFICATION

19 -- Torpedo Weapons Retriever/Security Craft (TWR/SC) for NUWC Keyport; Solicitation Availability!!

Notice Date
5/7/2004
 
Notice Type
Modification
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002404R2230
 
Response Due
7/8/2004
 
Point of Contact
Kimberly Bagford, SEA 02222B, bagfordkd@navsea.navy.mil; or, Stephen V. Piasecki, SEA 02222, piaseckisv@navsea.navy.mil, Contracting Officer
 
Description
This modification changes only the response date to 07/08/2004. The notice as posted on 05/05/2004 follows for your convenience: The Naval Sea Systems Command intends to release a 100% Small Business Set Aside Request For Proposal (RFP) on or about 18 May 2004 for the procurement of one TWR/SC. The NAICS Code for this procurement will be 336611, which constitutes a Small Business Size Standard of 1000 employees. The contract type is Firm-Fixed Price. The TWR/SC shall be new construction. The TWR/SC shall be constructed of steel, aluminum or FRP and conform to ABS, USCG, and ABYC requirements. The delivery schedule requires the TRW/SC to be delivered FOB destination, Keyport, WA, 18 months after contract award. The solicitation will include a Performance Specification and drawings associated with some of the unique equipment (referred to as MISCELLANEOUS REQUIREMENTS below ) that is required for this craft. Technical and Price Proposals will be required. Some of the principal characteristics of the TWR/SC are: DIMENSIONS: Length overall - Minimum 80 ft, Maximum 90 ft; Breadth - Minimum 18 ft, Maximum 23 ft; Draft - Shall not exceed 6 ft in the fully loaded condition. SPEED: 20+ knots top speed, 16+ knots cruise speed. RANGE: A minimum of 1000 nautical miles range @ cruise speed and a minimum of five days endurance are required. PROPULSION: Diesel inboard. ELECTRICAL: Two diesel generator sets to accommodate ships service loads and large portable range equipment. They should be capable of parallel operations and each capable of full load. SECURITY: Two (2) tripod MK 58 machine-gun mount foundations. Police type light bar with security lights, loudhailer and siren. MISCELLANEOUS REQUIREMENTS: Working deck freeboard (including bulwark or waterway) of six and one-half feet or less is required to facilitate the launching and handling of mobile targets, towed arrays, and installation of nose cages on torpedoes. Deck reinforced to support MK 30 Target Multi Launcher, Anti-Torpedo Countermeasure Launcher, and Universal Winch. Craft design shall allow for the vertical deployment of MK 30 targets directly off the stern without any interference. An installed foundation support to accommodate a flat deck cover over the retrieval ramp. Powered winch(es) capable of hauling a 3500 pound torpedo up the torpedo rollers on the ramp. Electronic Equipment Compartment minimum 144 sq. ft. Auto Pilot capability. Radar equipped with Electronic Chart Display Information System (ECDIS). Moon Pool, 15 inches diameter for deploying three-dimensional tracking systems. Deck crane with a minimum capacity of 800 pounds to be moun ted mid-ships to provide support over the 15 inch moon pool. The RFP will also contain Integrated Logistics Support and Data requirements. Integrated Logistics Support requirements include such items as commercial off-the-shelf technical manuals, shore based spares, crew familiarization. Data requirements include such items as letters of compliance, contract problem identification reports, engineering change proposals, request for deviations/waivers, contractor construction drawings, and test and trials reports. If you are interested in this procurement, it is advised that you monitor the Federal Business Opportunities (FBO) website at http://www.fedbizopps.gov. The RFP may be issued a few days before or after 18 May 2004. Any updates and/or changes for this procurement, the posting of the RFP, and any future Amendments to the RFP, will appear at this FBO website. T his synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. Questions concerning this announcement my be e-mailed to Ms. Kimberly Bagford, bagfordkd@navsea.navy.mil or the Contracting Officer. !! 18. N/A!! 19. Total Small Business Set aside. *****
 
Record
SN00582083-W 20040509/040507212419 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.