SOURCES SOUGHT
V -- Submarine sea trials support - RFI
- Notice Date
- 6/12/2015
- Notice Type
- Sources Sought
- NAICS
- 483111
— Deep Sea Freight Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC DC N62387, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
- ZIP Code
- 20398-5540
- Solicitation Number
- N62387-MS-PM3-15-041
- Archive Date
- 7/2/2015
- Point of Contact
- Lorrie, Phone: 2026856310
- E-Mail Address
-
lorrie.leedy@navy.mil
(lorrie.leedy@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI MARKET SURVEY N62387-MS-PM3-15-041 12 June 2015 From: COMSC, Special Missions (PM2), N1033 Subject: SUBMARINE SEA TRIALS SUPPORT USS ALEXANDRIA (SSN-757) THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. The Military Sealift Command (MSC), Special Mission's Program Office, PM2, requests information pertaining to the operation of a vessel to support the Government's needs as described below. 1. General. Military Sealift Command (MSC) requests one vessel to support US Navy submarine rescue utilizing the NATO Submarine Rescue System (NSRS), US Navy Submarine Rescue Chamber Flyaway System (SRCFS), Assessment Underwater Work System (AUWS), and the US Navy Submarine Rescue Diving and Recompression System (SRDRS) (collectively referred to as "submarine rescue systems"). 2. Area of Operations. The vessel will operate in the Atlantic Ocean in the vicinity of Groton, Connecticut. 3. Operating Scenario: The vessel will be on standby status to support submarine rescue in the event of a contingency. 4. Delivery: Groton, CT 5. Redelivery: Groton, CT 6. Charter period: About 22 days commencing on 30 July with two (2) two weeks option period extensions commencing about 21 August and 04 September 2015. 7. Lay Day: 30 July 2015, 0800 8. Certification. The vessel shall be classed from a member of the International Association of Classification Societies or ABS equivalent. 9. Endurance/Range: The vessel shall be capable of a minimum14 day's un-replenished operation and have a minimum range of 1,000 nautical miles. The vessel shall provide continuous operational availability without interruption to ship's position keeping capability and provision of emergency essential electrical supplies during the rescue activities. 10. Transit Speed: 10 knots 11. Dynamic Positioning: The vessel shall be DP-0 capable. 12. Sea Keeping: The vessel shall be capable of transiting in sea conditions up to, and including, significant wave heights of 5 meters. 12.1 Wind Speed/Transit Operations: The vessel shall be capable of operating continuously in wind speeds of 30 knots and transiting in wind speeds gusting up to 100 knots. 13. Vessel Deck Space/Stern Transom Configuration. The vessel shall have a minimum of 40m x10m or 35m x12m of contiguous, unobstructed open deck space with an 11m open transom/flat stern or transom bulwark capable of being removed by unbolting or cutting. The vessel shall also have a clear opening at deck level to allow the PLARS (Portable Launch and Recovery System) to be mounted directly on the transom, thus maximizing clearance between the MOSHIP (Mother Ship) and SRV (Submarine Rescue Vehicle) during launch and recovery. 14. Deck Flatness: The vessel shall have sufficient flatness on the working deck in the area of the NSRS installation to provide a height of no more than 4 inches between the lowest and highest local deflection points, including retractable deck equipment. 15. Deck Loading Capacity: The vessel shall have a minimum deck loading capacity as follows: A minimum cargo loading capacity of 5.0 tons per square meter. A minimum deck load capacity of 380 tons, with a center of gravity of 4m. 16. Small boat: The vessel shall provide a small boat (i.e. RHIB, or equivalent), a boat operator (coxswain), fuel, and associated launch and recovery equipment for use during emergency recovery of the rescue vehicle, or any lawful use. The boat must be capable of conducting underway personnel transfers between the vessel and other platforms. 17. Power on deck: The vessel shall provide the following individual electrical minimum demands: Transfer Under Pressure (TUP) Rating 440v, 60Hz, 3ph. Steady state load demand is 148A. Portable Launch And Recovery System (PLARS) Rating 440v, 60Hz, 3ph. Steady state load demand is 221A. Battery Charging Module Rating 440v, 60Hz, 3ph. Steady state load demand is 90A. Portable Navigation Tracking and Communications System (PNTCS) Rating 230v, 60Hz, 1ph (Live and neutral) via 440/230V 1ph transformer. Steady state load demand is 21A (440V). If the vessel cannot provide the above power requirements, there must be sufficient deck space in addition to the space required in 1.13 made available to support three (3) Government furnished Rescue Portable Generator Systems (RPGS) (approx. 20ft x 8ft per RPGS). 18. Diesel Fuel Capacity: If the RPGS are used to provide power on deck, the vessel shall provide a minimum of 4200 gallons of light diesel (BS2869, ASTM D975, D74, or EN590 compatible fuel) accessible on the working deck for the RPGS - approximately 300 gallons per day during operations. 19. Propulsion and Power Generation Configuration. The vessel shall provide propulsion via shrouded propellers (fixed or CPP). If the ship's propulsion is delivered via un-shrouded propellers (fixed or CPP), the shafts must be capable of being crash-stopped in an emergency. If electrical power is derived from Shaft Generators, these need to be capable of isolation and supply achieved via alternative methods of power generation. 20. Fresh Water: The vessel shall provide fresh water at a flow rate of 12l liters/min on demand to the TUP 1m3 Header Tank during the operational deployment period. 21. Sea Water. The vessel shall provide 20m3/hour continuous flow for NSRS equipment cooling. 22. Working Deck Fire Protection Capability: The vessel shall provide fire-fighting coverage of all GFE on deck. 23. Communication/Navigation Equipment. The vessel shall provide ship-to-ship and ship-to- shore voice communications on marine band radio. The vessel shall also provide a 1m2 clear desk top area with personnel access on the Bridge or in an Operations Room with a 240v 50 Hz power supply for the Portable Navigation Tracking and Communication System (PNTCS) Command Console and Secure Communications system. 24. Waste disposal capability: In addition to the capacity required for the crew and 12 mission personnel, the vessel shall provide a facility for storing/disposing of human biological waste products from up to 72 personnel (rescuees) in decompression for the 14 day operational period 25. Berthing/Messing: The vessel shall provide berthing accommodations and meals (when underway) for 12 mission personnel. Berthing shall conform to USCG standards. Adequate showers/heads shall be provided. All accommodations shall be air conditioned. If the ship is required to get underway during the charter period, the contractor will be reimbursed for sponsor personnel meals, up to $30 per day. 26. Port Services. It is anticipated that the vessel will be berthed at Navy facilities in Groton, CT. The Contractor shall employ an agent to arrange for all port services on a reimbursable basis (if not provided directly by the Government) during this charter. Port services shall include tugs, pilots, berthing, potable water, shore power, trash and garbage removal, oily waste removal, sewage removal, hazardous materials removal, line handlers, dedicated telephone service, and liberty launch services. 27. Interested Parties Shall Furnish the Following Minimum Information: a. Company name, address and point of contact including telephone number, fax number, and e-mail address b. Vessel description b. DUNS number and cage code c. Business size status d. Brief summary of company history relative to similar requirements e. Daily charter hire rate and fuel consumption rate. f. Any pertinent questions and/or comments 28. Responses are requested no later than 0900 local time, Washington, DC, Wednesday, 17 June 2015. Please send questions pertaining to the market survey and responses via e-mail to Lorrie Leedy at lorrie.leedy@navy.mil. Mrs. Leedy may be contacted at 202-285-5560. Signed: KENNETH D. ALLEN, Contracting Officer, MSC N1033
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b16ef38d907f9d3a0d7399f0cadb2cda)
- Record
- SN03763454-W 20150614/150612235643-b16ef38d907f9d3a0d7399f0cadb2cda (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 |