Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

19 -- COMBATANT CRAFT, MEDIUM (CCM) MK 1

Notice Date
7/19/2010
 
Notice Type
Presolicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-10-R-0037
 
Point of Contact
Sandra L Smith, Phone: 813-826-7335, Christine E Johnson, Phone: 813-826-6038
 
E-Mail Address
smiths1@socom.mil, johnsc1@socom.mil
(smiths1@socom.mil, johnsc1@socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Background: Solicitation H92222-09-R-0002 for the Combatant Craft, Medium (CCM) Mk 1 program was cancelled on 14 April 2010. This synopsis is for new, stand alone, requirements that have been developed since the cancellation. There will be NO reference between these new requirements and Solicitation H92222-09-R-0002. The program name for the new requirements remains Combatant Craft, Medium Mk 1 under the new solicitation number H92222-10-R-0037. The following information provides the new top level requirements for this craft and additional requirements will be included in the new solicitation. The Government will not entertain questions regarding the change from the old requirements to the new requirements. Description: The United States Special Operations Command (USSOCOM)Combatant Craft Medium Program Management Office (CCM PMO) is pursuing solutions for the design/build of Special Operations Combatant Craft, Medium (CCM) Mk 1 systems (craft, trailer, prime mover). The CCM Mk 1 craft will replace the Naval Special Warfare (NSW) Rigid Inflatable Boat (RIB) as a utilitarian go-to-war craft without the design constraints of C-130 internal air transport or airdrop. The primary mission of CCM Mk 1 is insertion/extraction of Special Operations Forces (SOF) in medium threat environments. The CCM Mk 1 will support other core SOF tasks to include direct action; special reconnaissance; combating terrorism; foreign internal defense; unconventional warfare; preparation of the environment; combating narco-terrorism; personnel recovery; and visit, board, search, and seizure. This is a 100% small business set-aside. The Government is interested in existing technologies that meet the stated requirements with the ability to increase the craft's capability through implementation of innovative solutions throughout the life cycle.   General Note: The terms "threshold" and "objective" are used throughout this document. Threshold is defined as the minimum acceptable operational value. Objective is defined as the desired operational value beyond which any gain in utility does not warrant additional expenditure. Budget Information: The Government's design to cost (DTC) philosophy is based on budgetary DTC targets and a performance cost metric (PCM). The DTC targets for the prototype system and the production system will be provided in the RFP. The PCM is defined as: Performance Cost Metric equals the fuel consumption rate divided by the product of the variable payload times the average cruise speed. The target PCM will be specified in the RFP. Fuel consumption rate is in gallons per hour measured at an average cruise speed in four foot combined seas. Variable payload is in tons. Average cruise speed is in knots measured over the threshold range in four foot combined seas. Average cruise speed is achieved at the maximum continuous rating for the propulsion diesel engines as defined and warranted by the original equipment manufacturer. The fabrication of prototype craft, trailer, and prime mover system and support of Government testing will be executed via a Cost-Plus-Fixed-Fee contract line item. The fabrication of the production craft, trailer, and prime mover systems will be executed via Firm-Fixed-Price contract line items. Program Timeline/Strategy: A formal Request for Proposals (RFP) release is anticipated in September 2010. RFP responses will be due on or about 90 days after release. Parent craft with identical hull form and propulsion systems as the proposed CCM Mk 1 solutions will be required for Government testing for those Offerors determined to be in the competitive range. Multiple contract awards for test article system fabrication and testing are planned in fourth quarter fiscal year 2011. The number of awards is contingent upon receipt of acceptable contractor proposals and available funding. Selected contractor(s) will be required to deliver a CCM Mk 1 test article system for Government testing within 12 months after contract award. Results of testing will be used to select a single contractor for CCM production and logistics support. Projected craft production is for 30 craft. Projected contract length is ten (10) years. Notes: 1. Offerors will be limited to one proposal for this requirement. 2. An Offeror submitting a proposal as a prime may not be a subcontractor on another proposal as long as it is in competition for award as the prime. 3. There will be no draft RFP. However, the Contracting Officer will post questions and answers after the RFP is published to facilitate proposal development. Industry Day: In an effort to improve the formal RFP, the Government will hold a one-to-two day Industry day. The Government will announce the date, location, and agenda no less than two weeks prior to hosting the event. Craft Requirements (Test Article and Production): The craft, trailer, and prime mover shall be capable of internal air transport on C-17 and larger aircraft (threshold = objective). There is no airdrop or tactical transport requirement. The average cruise speed, range, variable payload, and personnel capacity requirements will be specified in the RFP. However, the threshold requirement for each are bounded between the specific NSW RIB and Mk V Special Operations Craft (SOC) capabilities provided below: NSW RIB Personnel Capacity: Three crew and nine passengers Range: 200 NM Cruise Speed: 32 knots (Sea State 2) Variable Payload: 3200 pounds (excluding fuel) Mk V SOC Personnel Capacity: Six crew and 15 passengers Range: 600 NM Cruise Speed: 40 knots (Sea State 3) Variable Payload: 10,000 pounds (excluding fuel) Variable payload for the CCM Mk 1 is defined as the weight of crew and passengers plus the weight of mission specific equipment. Average crew and passenger weight is 300 pounds each and includes personal gear worn by the operators (e.g., body armor, weapon). Mission specific equipment includes, but is not limited to, such items as weapons, ammunition, passenger seating (if used), and/or combat rubber raiding craft (CRRC). Variable payload does not include fuel. The crew and passengers will be wearing Level 4 ballistics protection; operational gear; and standard issue chemical, biological, radiological, nuclear, and high yield explosive (CBRNE) personnel protective equipment (PPE). The craft shall be designed with a service life growth margin to accommodate weight of future upgrades. The service life growth margin will be a percentage of full load displacement and will be specified in the RFP. The craft's anticipated operational usage is 250 hours per year and the craft shall have a service life of five years (threshold) and seven years (objective). The craft shall encompass both low detectability and low vulnerability characteristics. The optimum balance of technical characteristics will satisfy performance requirements as well as specific survivability requirements that will be discussed in a classified attachment to the RFP. The RFP will include Government lessons learned and technical data dealing with low observable craft design. The craft shall have Tactical Computers (TCs). The TCs will initially control and interface with the tactical radios. Future integration of the TCs with other craft systems (e.g., electric plant / Power Distribution System (PDS), seaframe systems, navigation systems, intercom system, Combatant Craft - Forward Looking InfraRed (CC-FLIR), and Automated Weapon Mount) will be accomplished via incremental or evolutionary development. The TCs must be initially designed to allow for this expanded future capability and must utilize an open-standards based computing environment. Seaframe systems will consist mainly of the Controller Area Network (CAN) bus connected subsystems aboard the craft, such as the engines and propulsion components. Navigation systems will consist of the radar, heading sensors, depth sounders, Automated Identification System (AIS), and Global Positioning System (GPS). Overall system architecture shall comply with DoD Information Assurance requirements. The craft shall have four crew workstations. Each workstation shall consist of a user interface to the TCs. User interfaces shall consist of a display and input devices. The craft's navigation and seaframe system data shall be displayed at the crew workstations independent from the TCs. The system (craft, trailer, prime mover) shall optimize the following within the given cost, schedule, and technical requirements: A human exposure for accumulated spine stress dose normalized to an eight hour exposure (Sed8) is expected to be no more than 4.7MPa. Eight-hour operating profile may include as many as five hours at the specified cruise condition (40 knots in four foot combined seas). Sed8 values shall be based on ISO 2631 Part 5 Health Hazard Assessment for Repeated Impacts. A mission reliability of no less than 80% is expected. Mission reliability is defined as the probability of success in completing a single 11-hour mission during a 48-hour operational mission cycle without experiencing a mission critical failure. A mission critical failure is a failure that occurs before or during an operational mission such that the mission must be aborted, or would have been aborted had the failed item not been repaired or replaced. A materiel availability of not less than 65% is expected. Materiel availability is defined as the number of CCM Mk 1 systems ready for tasking divided by the total CCM Mk 1 systems in the inventory. As an example, at the full operational capability inventory of 30 craft there may be eight craft deployed, eight craft in squadron introduction training, eight craft in unit level training, and six craft in maintenance. Given that the six craft in maintenance are not ready for tasking, twenty of the remaining twenty-four craft must be ready for tasking to meet the minimum expected 65% materiel availability for all 30 craft. Government Furnished Equipment: The craft shall accommodate the installation / operation of the following Government Furnished Equipment (GFE): Identification Friend or Foe (IFF), Qty 1 Defense Advanced GPS Receiver (DAGR), Qty 1 Blue Force Tracker (BFT), Qty 1 Tactical Radios: AN/PSC-5D, Qty 4 (to be phased replaced with AN/PRC-117G) AN/PRC-150, Qty 1 Interface control documentation for GFE will be provided in the RFP. Sustainment: The Government's goal is to sustain the CCM Mk 1 system via the Offeror's designed and executed performance based logistics process, which will be the mechanism for ensuring mission reliability, maintainability, and service life requirements are achieved. Security Clearance: The solicitation/contract will contain a DD Form 254, Contract Security Classification Specification, and a classified attachment. Responders are alerted now that they must meet facility and personnel security clearance requirements for handling and storage of classified material up to SECRET level in accordance with the National Industrial Security Program (NISP) in order to be granted access to the classified attachment at the time of RFP release. USSOCOM will not provide sponsorship for obtaining necessary security clearances. Data Rights: The Government will require Government purpose license rights.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-10-R-0037/listing.html)
 
Record
SN02210231-W 20100721/100719234654-ff9685dd1d1237a9f4ad970e7cf75682 (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 |
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.