Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
MODIFICATION

19 -- Jordan 35Meter Patrol Boat

Notice Date
2/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-16-R-2213
 
Archive Date
3/26/2016
 
Point of Contact
Troy Balk, , Daniel E. Carver,
 
E-Mail Address
troy.balk@navy.mil, daniel.e.carver@navy.mil
(troy.balk@navy.mil, daniel.e.carver@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command is conducting market research to determine the existence of a Coastal Patrol Boat possessing the characteristics listed below. Consideration will also be given to existing boats or proven designs that have most of the characteristics if all of the below cannot be met. The boats would be procured under a Foreign Military Sales (FMS) case and would operate in the waters off the coast of the Kingdom of Jordan. Typical patrol boat missions will be performed, including interdiction. As a part of the response to this RFI, interested sources should indicate in a matrix form (Excel spreadsheet) which characteristics can and cannot be met. Interested sources are encouraged to propose delivery schedules that can realistically be achieved while keeping in mind the vital need of this request Maximum length overall no greater than 38 meters. Maximum beam overall 9 meters. 30 knot threshold and 35 knot objective at full load with air temperature 45 0 C and sea water temperature 37 0 C in calm water Endurance 9 days. Range 2,500 nautical miles at 12 knots; 1,200 nautical miles at 18 knots 2,000 hours of operation a year Fully operational in Sea State 3 and survivable in Sea State 5 conditions Accommodations : 1 captain's stateroom with 1 bunk, 2 officers' staterooms with 2 bunks in each stateroom, 2 senior enlisted staterooms with 3 bunks in each stateroom, 1 junior enlisted space with 8 bunks. Mono-hull design made of marine grade aluminum Designed to meet American Bureau of Shipping (ABS) Rules for Building and Classing High-Speed Naval Craft. Separate officer and crew messing facilities. Two marine diesel engine generator sets shall be provided each capable of carrying 110% of the anticipated normal operational load. Ungrounded 380 VAC, 50 Hz, 3-phase electrical system with 220 VAC 50 Hz convenience sockets. MTU propulsion diesels. One bridge with 360 degree visibility to include bridge wings. Aft control station within bridge and wing stations with basic throttle and steering control. Engineering Monitoring Station (EMS) shall include steering, throttle control, engine monitoring and navigational displays. Propeller propulsion. Bow thruster with minimum 6,000 newtons thrust. Aft crane to have minimum 3 tons capacity at 3 meters beyond deck edge. The radar systems shall include low power and high power antenna systems for short and long range navigation. Multi-color displays shall incorporate the complete navigation package including Radars, GPS, depth finder, compass heading, and electronic chart. SOLAS/GMDSS - Ins talled equipment shall meet or exceed the requirements for Sea Areas A1, A2 and A3. Inmarsat-C SafetyNET receivers and 2187.5 MHZ DSC alert receiver system will be installed on the pilot house. 5.7 to 7 meter RHIB with stern ramp for launch and recovery capability. Required deck like piece to cover ramp opening when RIB is not on board to allow use of deck space. Seakeeper active roll stabilization system for slow speed craft motions shall be provided with a minimum of 105,000 nms of angular momentum. Tactical Communications - Radios shall include HF, VHF, and UHF civilian and military frequency ranges, capable of voice and data modes of operation. Military radios will be Government furnished; space, weight and reservations shall be provided. Assume 500 kg for weight of radios and antennas. Command and Control There shall be a dedicated command and control space. The command and control system shall include the gun control system, navigation radars, tactical communications and the ability to send and receive data. It shall also include FLIR and AIS. Harris Battle Force email systems will allow data transfers to and from the vessel. The tactical communications system shall allow the collected non-encrypted target data to be transmitted to any compatible shore station or to another vessel. Through the use of the RAYMARINE V6.1 software and a Windows-based computer system, the targets on the radar systems can be transferred to a Windows-based system and then be sent via the Battle Force email or internet. The Command and Control space shall be equipped with multi-display screens, to include visual FLIR image, navigation, target tracking, and target identification via AIS, or any combination of each. 1500 watt Search Light Ammunition, Guns and Mounts Mk 38 Mod 2 25 mm bow mounted gun system to be Government furnished. Assume 1,250 kg for weapon system. One manually operated 20mm GAU197 gun system to be Government furnished. Assume 700 kg for mount and weapon. High Velocity Rifle round ballistic protection on the bridge. Assume 4,000 kg for armor weight. Two crew served weapons (.50 caliber) Government furnished. Assume 250 kg total. Space and weight shall be provided for an Electronic Support Measure and CHAFF Decoy system. Assume 2,000 kg. Storage shall be provided for first and second line ammunition. Assume 700 kg. HVAC Air conditioning and heating shall be provided for all habitable spaces. Ambient conditions are air temperature 45 0 C and sea water temperature 37 0 C. It is anticipated that two (2) boats will be procured and no other known requirements exists at this time. Delivery Requirement expected to be 2nd Qtr 2019. Interested sources are encouraged to submit a capability summary that does not exceed five (5) pages in length describing their boat and firms recent relevant business experience and their approach in meeting the requirements stated above with emphasis placed on their approach/strategy to meeting accelerated delivery schedules. 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 come close to meeting 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) delivery schedules with a discussion on the strategy and approach to realistically achieving these schedules, 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. This request for information is for market research and planning purposes only. It does not constitute a solicitation and shall not be construed as a commitment by the government to award a contract from responses to this announcement. Any information submitted by interested parties is strictly voluntary and no monetary compensation will be provided for response preparation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-2213/listing.html)
 
Record
SN04032784-W 20160228/160226234625-af6cf1f4780ae5734fba211c6e6453e1 (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.