Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2012 FBO #3764
SOURCES SOUGHT

19 -- Diving Support Vessel (DSV) for the Kuwait Navy

Notice Date
3/13/2012
 
Notice Type
Sources Sought
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412R2241
 
Response Due
4/2/2012
 
Archive Date
4/2/2012
 
Point of Contact
Nicole Gerow nicole.gerow@navy.mil Maureen Barlow, Contracting Officer, maureen.barlow@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This sources-sought synopsis N00024-12-R-2241 is issued in anticipation of a potential future procurement program. The Naval Sea Systems Command is researching to determine the existence and interest of sources for the purchase or design and construction of one (1) Diving Support Vessel suitable for daily operations for the use of the Kuwait Naval Force under a Foreign Military Sales case. The vessel would operate in the territorial waters of Kuwait in the Persian Gulf, supporting dive operations, EOD operations, underwater salvage and repair, and ROV operations. Additionally, in accordance with DFARS 225.7306, DoD does not encourage, enter into, or commit U.S. firms to FMS offset arrangements. The decision whether to engage in offsets, and the responsibility for negotiating and implementing offset arrangements, resides with the companies involved. However, please be aware that Kuwait typically requires an offset arrangement if a contract is awarded. The following is a description of the prospective requirements for the diving support vessel: a. The vessel shall comply with ABS HSNC 2007. The vessel shall comply with current SOLAS, IMO regulation and COLREGs. The vessel shall carry the following notations at a minimum: +A1, Circle E, HSC Naval Craft, ACCU, +AMS, DPS-1, RW. b. The length shall be up to the builder, but must support all other stated requirements. c. It shall be designed to withstand the environmental conditions of the operational area. Diving Operations will be performed up to and including Sea State 3. The vessel shall be capable of surviving sea state 5. d. The hull shall be constructed of steel or aluminum and contain a pilothouse with 360 visibility. e. The vessel shall have a maximum transit speed of approximately fifteen knots. The vessel shall have an operational range of 750 to 1000 nautical miles at 12 knots. f. The vessel shall have berthing for 20 divers and the crew size is based on builder design. A five (5) day endurance is required. g. Propulsion shall be provided by twin MTU diesel engines (engines should be derated for tropical conditions) with suitable gearing driving either propellers or water jets. h. The vessel shall have two (2) ship service generators and an emergency generator. An emergency generator shall be capable of supplying all ABS required emergency services and weapon systems. The vessel shall be a 60 Hz. The shore power will be 450V, 60hz, 3 phase. i. Communications equipment is to include a suite of SOLAS required equipment including a Mode IV Mode IV Interrogation Identification Friend or Foe System. HF,UHF and VHF radios are to be provided. The vessel shall meet or exceed Sea Areas A1, A2 and A3. j. The vessel shall have a Reson Sea Bat 7128-A Hull-mounted 3D Bottom Mapping Sonar System (or equivalent). The vessel shall have an L3-Klein 3000H Side Scan Sonar. k. The Navigation/Search radars shall be Raymarine and have multiple displays with multiple inputs. The navigation suite shall include all SOLAS required equipment. l. The vessel will have SeaFLIR III+ system. http://gs.flir.com/uploads/file/products/brochures/seafliriiiplus_m_ltr.pdf m. The vessel shall carry fiberglass RHIB of approximately 5.7m with a diesel inboard engine suitable for remote dive operations. n. The vessel shall have a hydraulic 7 Ton (approximately) crane, suitable for salvage operations, launch and recovery of the RHIB, manned lifts, and dive operations. o. The builder will install One (1) 27mm RWM MLG system consisting of a gun, fire control station and ammunition storage. Two (2) foundations for 50 caliber machine guns shall be provided port and starboard. The guns will be Government Furnished Equipment. p. The diving and gas systems shall be designed to support twenty (20) divers, working on five (5) day missions, diving two (2) times a day. Missions may include planned operations for waterborne ship repair, hull cleaning, installation of in water facilities, maintenance of in-water facilities, explosive ordnance disposal, and salvage. Enough of each type of gas shall be available to support the entire dive team for the duration of the mission. q. The diving operations equipment for this vessel shall be classed to ABS Rules for Building and Classing Underwater Vehicles, Systems and Hyperbaric Facilities 2010. The diving systems shall be classed A1 (Deck Decompression Chamber, Handling System, Diving System) for depths to 190 FSW (58 meters) r. Console(s) shall allow monitoring of diver s depth and communications. s. All gas racks shall be designed to be removable from the vessel. t. A charging panel shall be provided that will supply mixed gas (NITROX 60/40, 50/50, 40/60, and 32.5/67.5), 100% oxygen, and air. u. Two (2) high pressure air compressors (one primary, one backup) capable of charging to 5000 psig at not less than 22 SCFM shall be provided and connected to the air storage racks and the charging panel. The compressors shall be capable of providing air that meets the requirements of CGA 7.1 grade E (diver s air). v. A diver s stage shall be provided that is capable of supporting the weight of three divers plus their gear. w. In addition to the diver stage itself a descent line and clump weight shall be provided. x. A double-lock recompression chamber system shall be designed to safely provide hyperbaric treatment of diving accident victims to a depth of seven (7) atmospheres absolute. The pressure vessel shall be designed, fabricated, inspected, tested and stamped in accordance with the American Society of Mechanical Engineers, Boiler and Pressure Vessel Codes, ASME Section VIII, Division 1, and by the Pressure Vessel for Human Occupancy, ASME/PVHO-1. The chamber shall be suitable for seven (7) occupants (five (5) in the inner lock and two (2) in the outer y. The vessel shall be capable of a four point anchor mooring in depths of water to 225 FSW (69 meters). z. One (1) work class ROV shall be provided to support the diving and salvage operations. The specifications of the ROV shall be equivalent to that of the SAAB Seaeye Cougar XTi. aa. The diver s working deck shall be an open area of 26 ft x 52 ft (8 meters x 16 meters) with the capability of supporting two (2) 20-foot ISO containers. bb. A sick bay or medical evaluation room shall be provided. The area shall include locked storage space for medication and medical instruments. Instructions for submittal: Prospective firms are encouraged to submit a capability summary that does not exceed five (5) pages in length describing their potential craft and firm s recent relevant business experience and their approach in meeting the requirements stated above, including plans for integration of the hull and the hydrographic survey equipment. Responses should include: the name and address of the contractor and where the boat would be built; point of contact s name, title, phone and fax numbers and email address; a description of craft currently offered by the contractor that meet, or may meet with minor modifications, the above listed requirements, including contract and customer information regarding the parent craft; a notional schedule for detail design, construction and on-site delivery of the craft; an estimated price; and whether the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or women owned company, Hub Zone small business, veteran owned small business, service disabled veteran owned small business. Where to submit: To help ensure proper receipt, name the email Kuwait Diving Support Vessel Response in the subject line. Email responses to Ms. Nicole Gerow at nicole.gerow@navy.mil and Ms. Maureen Barlow at maureen.barlow@navy.mil. Information may also be sent to the following address: Naval Sea Systems Command Attention Ms. Nicole Gerow SEA 02222 1333 Issac Hull Avenue 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 2 April 2012. Notices 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. All submitted materials will be designated for Government Use Only. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. All information, data, and drawings submitted in response to this announcement will be considered "open source" and available for unlimited public distribution. The Naval Sea Systems Command may forward all information, data, and drawings submitted in response to this announcement to the Government of Kuwait. Since the data submitted may be forwarded to the Government of Kuwait, all information must be received without restrictive markings. Do not submit proprietary data with the information provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R2241/listing.html)
 
Record
SN02695736-W 20120315/120314000016-ea22d24603934708aae95bfd9c910978 (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.