Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2004 FBO #1003
SOLICITATION NOTICE

19 -- Missile Range Instrumentation Ship, T-AGM(R)

Notice Date
8/23/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002405R2200
 
Point of Contact
Stephen V. Piasecki No Phone Stephen V. Piasecki, SEA 02222, piaseckisv@navsea.navy.mil, Contracting Officer
 
Description
The Naval Sea Systems Command plans to issue an unrestricted solicitation for the ship replacement of the T-AGM 23, USNS OBSERVATION ISLAND. The replacement ship is referred to as the Missile Range Instrumentation Ship, T-AGM(R). T-AGM(R) will be the support platform for the Cobra Judy Replacement (CJR) program. The CJR program will provide worldwide, high-quality, high-resolution, multi-wavelength radar data. The CJR program intends to acquire a replacement ship and mission equipment suite for the existing USNS OBSERVATION ISLAND and Cobra Judy radar. The Navy currently has a contract in place for the replacement radars, mission suite equipment and mission systems integration and installation efforts. The T-AGM(R) will be U.S. flagged new construction ship classed in accordance with American Bureau of Shipping (ABS) standards, certified by the United States Coast Guard (USCG) and designed / built in conformance with Safety of Life at Sea (SOLAS) requirements and! other commercial and regulatory body rules and regulations as applicable. The ship shall receive a Panama Canal/Universal Measurement System (PC/UMS) Net Tonnage Certificate. Helicopter Facilities shall be provided in accordance with NAVAIR Air Capable Ship Aviation Facilities Bulletin No. 1J for Level III (Day Only), Class 5 (Hover Operations in excess of 15 ft.), MH-60S operations. The maximum length overall shall not exceed 712 feet, the maximum beam shall not exceed 106 feet, the maximum navigation draft shall not exceed 27 feet and the air draft shall not exceed 136 ft. The T-AGM(R) shall be capable of using all current T-AGM 23 USNS OBSERVATION ISLAND facilities and ports. The T-AGM(R) shall be capable of performing mission operations in wave heights of 8-13 feet and surviving in wave heights of 25-46 feet. A Military Sealift Command (MSC) Civilian Mariner (CIVMAR) crew or an MSC contracted civilian crew will operate the ship. The ship will be designed for a fu! ll complement of 88 persons berthed in 62 single staterooms and 13 double staterooms. Dedicated interior mission space with a combined usable deck area of no less then 1,254 square meters is required. Mission system power requirements are estimated at 8MW at a five (5) knot loitering speed. The T-AGM(R) is required to support two deck mounted mission radar arrays and a topside antenna area is required to accommodate approximately 38 communication antennas. A horizontal separation of 30 meters and a vertical separation of 11 meters is required for the deck mounted mission radars. The distance from the bridge wings to the closest mission radar shall be no less then 30 meters. The estimated weight of the upper mission radar array is 298 long tons and that of the lower mission radar array is 270 long tons.. The projected service life of the T-AGM(R) will be 30 years. The ship is required to be fully supportable within the current commercial and DoD supply chains. The ship will have the capability to conduct independent and unreplenished operations for up to 70 days with an operational range of at least 12000 nautical miles at a sustained speed of 20 knots at 80% of the Maximum Continuous Rating (MCR). The Navy plans to conduct the T-AGM(R) procurement in two phases. Phase I will contract for a concept/preliminary design with the award of only two firm fixed price contracts. Phase II will be for detail design and construction of the ship. Award for Phase II will only be made to the Contractors who received a Phase I award. The planned date for release of the RFP is 1st Quarter, FY05 with planned date of award during the 3rd Quarter FY05. The RFP will include a Performance Specification with radar and mission equipment Interface Control Documentation (ICD). The ICD will be updated during Phase I to reflect the mission system design development of the radar integrator. The deliverables submitted under Phase I will be evaluated along with each contractor?s price proposal to determine the awardee for Phase II. Phase II will be awarded to the responsible offeror whose proposal represents best value to the Government, price and other factors considered. The planned date for award of Phase II is 3rd Quarter FY 2006. Ship delivery is planned for FY 2010 The NAICS Code for the T-AGM(R) procurement will be 336611 (Ship Building and Repair). Companies capable of building ships with proven commercial construction methods are encouraged to submit a response to this synopsis. If your firm is interested in this planned procurement, it is advised that you monitor the Federal Business Opportunities (FBO) website at http://www.fedbizopps.gov. Any updates and/or changes for this planned procurement, the posting of the RFP, and any future Amendments to the RFP, will appear at this FBO website. Inquires /Questions concerning this announcement may be e-mailed to Contracting Officer. No Phone inquiries will be honored. This synopsis, future synopses, and the RFP when posted, will be 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.
 
Record
SN00649793-W 20040825/040823212534 (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.