SOURCES SOUGHT
19 -- 30-35M Coastal Patrol Boat for the Iraqi Navy
- Notice Date
- 8/21/2006
- Notice Type
- Sources Sought
- Contracting Office
- N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002406R2276
- Response Due
- 9/15/2006
- Archive Date
- 12/15/2006
- Description
- The Naval Sea Systems Command is conducting market research to determine the existence and interest of sources of a Coastal Patrol boat possessing the characteristics listed below. The craft will be procured for the Iraqi Navy under a Foreign Military Sales Case and will operate within Iraqi waters. Hull length at least 30 meters and up to 35 meters. Speed requirement of 35 knots with minimum continuous speed of 35 knots at full load displacement . Endurance: 4 - 6 days. Range: 400-600 NM. Fully operational in Sea State 3 and survivable in Sea State 5 conditions. Crew size of 15 ? 20 with accommodations up to 30 persons. Mono-hull design made of steel with aluminum superstructure. Expected boat service life of 25 years. Meet vibration standards of ISO Standard 2631. Galley and associated spaces equipped to sustain 24 hour per day use. Equipment workshop space to include; workbenches, common tool sets, vices, tool racks, power, air and gas supplies, material stores, and cupboards. Engineering workshop space to include; a drilling machine complete with accessories, a grinding machine, a three tier rotating tray for bolts, nuts, screws etc., a steel cabinet for tool storage, and an injector test pump. All main engines, electrical power generation prime-movers and specific machinery to be provided with normal automatic protection devices for emergency shutdown. Operating environment is in tropical conditions (i.e., air temperature 45 degree C and sea water temperature of 37 degree C). Machinery arrangement such that each combined main propulsion and auxiliary power system is in its own watertight compartment. Main engines to be started using compressed air. Central machinery control space for operation and monitoring of propulsion and auxiliary systems. Minimum of 2 bilge pumps capable of pumping from all machinery compartments. Fixed eductors fitted in all machinery spaces as back-ups to the main bilge pumps. Provide engine and drive alternatives for meeting the continuous speed requirements. Boat to be provided with a Ship Control And Monitoring System (SCAMS) for monitoring of all machinery parameters. Two consoles in a Machinery Control Room (MCR) for control and monitoring of all machinery parameters. Two Bridge control consoles for control and monitoring of machinery from Bridge. C urrent supplied by the power generating plant to be AC at 380V, 3 Phase, 50 Hz. Two diesel main generator sets of output capacity to accommodate a 25% surge potential. Engines to be heavy, continuous duty, air-start, 4-stroke, water-cooled, and turbo-charged. Alternator to be air-cooled with Protection Grade IP44 and Insulation Class F. Mounts for; one medium range manually operated gun (25mm), one short range manually operated gun (50 cal), and two manually operated M240 machine guns. Actual armament will be provided as GFE. Weight and space for military radio electronic equipment. HF / VHF / UHF power radios will be supplied as GFE. Centralized heating and cooling, water-cooled, low pressure and single duct air conditioning system for all living spaces. 5 - 7m RHIBS with Outboard Engines. Navigation equipment shall meet the latest SOLAS requirements. Adequate and suitable stowage facilities. Regulation firefighting equipment. A full manual and documentation outfit! with appropriate records are to be available with the vessels. Crew familiarization and preventative maintenance training package for all boats. Two years spares and tools shall be provided as per manufacturer?s standards. It is anticipated that fifteen (15) boats may be procured, with the total quantity to be delivered FOB origin. The quantity of boats is subject to change. Prospective firms are encouraged to submit a capability summary that does not exceed five (5) pages in length describing their boat and firm?s recent relevant business experience and their approach in meeting the requirements stated above. Responses should include: (a) The name and address of the contractor and where such boats would be built; (b) Point of contact including name, title, phone, and email addresses; (c) A description of craft currently offered by the contractor that meet, or with minor modifications might meet, the above listed requirements. All offered craft characteristics should be identified for chart comparison to the requirements listed above. If above requirements cannot be met, identify what is achievable with minor modifications; (d) An estimated unit price, (e) A notional schedule for construction and FOB origin delivery of the craft, and (f) Whether the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or Woman Owned company, Hub Zone small business, veteran owned small business, or service disabled veteran owned small business. Where to submit: Email responses or inquiries should be sent to Ms. Megan Fish at megan.fish@navy.mil. To help ensure proper receipt, name the email: Iraqi Coastal Patrol Boat Response, or Iraqi Coastal Patrol Boat Inquiry in the subject line. Information may also be sent to the following address: Commander, Naval Sea Systems Command, Attention Megan Fish Code 02222F, 1333 Isaac Hull Ave. SE Stop 2020, Washington Navy Yard, DC 20376-2020. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as a solicitation is not prepared at this time. When to submit: on or before 15 September 2006. Notice Regarding Solicitation: Please note that this synopsis is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the government. Notice Regarding Proprietary Information: All submitted materials will be designated for Government Use Only. Other: No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. This notice and any future announcements 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 Naval Sea Systems Command. Future information, if any, will be posted at the websites for FBO and NECO, the same sites where the above announcement was posted.
- Record
- SN01121379-W 20060823/060821221554 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |