Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOURCES SOUGHT

19 -- Kuwait Auxiliary Support Vessel

Notice Date
1/10/2017
 
Notice Type
Sources Sought
 
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
N00024-17-R-2226
 
Archive Date
3/25/2017
 
Point of Contact
Randolph E. Cook, , Cindy Lago,
 
E-Mail Address
randolph.cook@navy.mil, cindy.lago@navy.mil
(randolph.cook@navy.mil, cindy.lago@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. This is not an RFP or a promise to issue an RFP and this information is subject to modification and in no way binds the Government to award a contract. The Naval Sea Systems Command is conducting market research to determine the existence of a multi-mission or auxiliary vessel possessing the characteristics listed below. Consideration will also be given to existing vessels 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 of the Kuwait Territorial Sea, Arabian Gulf, Sea of Oman, and Arabian Sea. 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. New vessel construction is preferred, however conversion of an existing vessel less than 8 years old to meet the stated requirements will be considered. Length overall of 80 to 90 meters or suitable size to satisfy or meet the below operational requirements and characteristics: Beam of nominal 15 meters and no larger than 18 meters. Draft of 5 meters or as appropriate. 15 knot threshold and 20 knot objective at full load. Endurance 20 days. Range 3000 nautical miles. Fully operational in Sea State 4 and survivable in Sea State 6 conditions. Helicopter deck for EC725 Caracal helicopter to include refueling capability. Aviation facilities to be in accordance with Level I Class 2A requirements of Air Capable Ship Aviation Facilities Bulletin No. 1L, SI-ACS-AFB-1L, 01 AUG 2009. Ability to conduct alongside refueling and replenishment while not making way. Capability to include ammunition transfer. Sick bay with10 beds and ability to perform minor operations. In addition to own vessel endurance requirements the ability to carry the following for replenishment of other vessels; •· 700m 3 of diesel fuel, •· 60m 3 of aviation (helicopter) fuel, •· 300m 3 of potable water, •· 10m 3 of gasoline, •· 10m 3 of lube oil, •· 40 metric tonnes of supplies Magazine storage capable of 160 metric tonnes of ammunition/missiles (to include Exocet MM40 missiles, 76mm rounds, 30mm rounds, and various small arms rounds) Basic mechanical and electrical workshops to assist fleet vessels. Accommodations : 1 captain's stateroom with 1 bunk, 1 executive officer stateroom with 1 bunk, 2 officers' staterooms with 2 bunks in each stateroom, berthing for 24 enlisted crew, berthing for 3 cooks. Accommodations and berthing for 35 embarked marines. Accommodations and berthing for 2 guest senior officials. Exterior deck space to accommodate a Standard Navy Double Lock recompression chamber and a 20 foot container. Ability to launch and recover remotely operated vehicles (ROVs). Designed and Classed to American Bureau of Shipping (ABS) Guide for Building and Classing International Naval Ships. 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 440 VAC, 60 Hz, 3-phase electrical system. Preferred MTU propulsion diesels. One bridge with 360 degree visibility to include bridge wings. 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. IFF and AIS systems 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. Two (2) 11-meter RHIBs with underway launch and recovery system(s). Tactical Communications - HF Secure Voice and Data, UHF LOS/SAT Secure Voice, 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. Dedicated Command and Control space 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. 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. Ammunition, Guns and Mounts (Only space, weight and services to be provided) 27mm Gun Six (6) 12.7 mm Guns HVAC Air conditioning and heating shall be provided for all habitable spaces. Ambient conditions are air temperature 60 0 C and sea water temperature 37 0 C. It is anticipated that one (1) vessel will be procured. Interested sources are encouraged to submit a capability summary describing their vessel 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 the vessel 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 in matrix form (Excel Spreadsheet) as mentioned above for 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. Interested vendors shall submit an electronic copy via email to both Mr. Randolph Cook at randolph.cook@navy.mil and Ms. Cindy Lago at cindy.lago@navy.mil. However, if unable to send electronically via email due to size restrictions, vendors may submit an electronic copy via compact disc (CD) to the address provided below. Naval Sea Systems Command ATTN: Ms. Cindy Lago, Project Manager 1333 Isaac Hull Ave SE Humphreys Bldg, 2E- 2041 Washington DC, 20376
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-2226/listing.html)
 
Record
SN04367559-W 20170112/170110234053-30cf4c47847345f5ca74a16e77a46633 (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  © 1994-2020, Loren Data Corp.