Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2017 FBO #5789
SOURCES SOUGHT

19 -- Request for Information from potential sources for Ocean Going Tug - N0002417R2237

Notice Date
9/27/2017
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
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
N0002417R2237
 
Archive Date
12/29/2017
 
Point of Contact
James Montgomery, Phone: 2027810635, Ryan M. Ksanznak,
 
E-Mail Address
james.m.montgomery@navy.mil, ryan.ksanznak1@navy.mil
(james.m.montgomery@navy.mil, ryan.ksanznak1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Disclosure: 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 a Request for Proposal( 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 Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. Introduction : This RFI is issued in anticipation of a potential future procurement. Naval Sea Systems Command (NAVSEA) is conducting market research to determine the feasibility of a new or used Ocean Going Tug under a firm fixed price contract. The Government is interested in market information pertinent to proven (e.g. existing vessels) or already in service Ocean Going Tug for potential Foreign Military Sales (FMS) effort. In particular, the Government desires information pertaining to whole ship characteristics, design information, operations, estimated acquisition costs, delivery time frames and past sales information. Designs and Licenses are not limited to corporations within the United States (US); however, any construction/production must occur within the United States. The Tug is to have the following approximate characteristics: 1. Bollard Pull: •o Threshold: 55 tons, capability to tow ships up to 50,000 Tons •o Objective: 80 tons, capability to tow ships up to 50,000 Tons •2 2. Crew Accommodations: •o Threshold / Objective: 25 members •3 3. Towing Winch Capability •o Threshold: 25-tons at a rate of 12 meters/min •o Objective: 50-tons at a rate of 12 meters/min •4 4. Cursing Speed •o Threshold: 12 knots in sea state 4 (Douglas scale) •o Objective: Above 12 knots in sea state 4 (Douglas scale) •5 5. Max Speed •o Threshold: 14 knots in sea state 4 (Douglas scale) •o Objective: Above 14 knots in sea state 4 (Douglas scale) •6 6. Length: •o Threshold: 62 meters •o Objective: Above 62 meters •7 7. Beam: •o Threshold: 12 meters •o Objective: Above 12 meters •8 8. Operate (Navigation) •o Threshold/Objective: sea state 7 (Douglas scale). •9 9. Operate (Towing Operation) •o Threshold/Objective: sea state 4 (Douglas scale). •1 10. Fuel Oil Tank Capacity •o Threshold/Objective: 800 cubic meters •1 11. Fresh Water Tank Capacity •o Threshold/Objective: 400 cubic meters •1 12. Contaminated Water Tank capacity •o Threshold/Objective: 20 cubic meters •1 13. Water Transfer (with one pump) •o Threshold/Objective: flow rate 100 m 3 /hr., pump head 70 m •1 14. Fuel Oil Transfer (with one pump) •o Threshold/Objective: flow rate 100 m 3 /hr., pump head 70 m •1 15. Endurance •o Threshold: 5 days •o Objective: 30 days •1 16. Range •o Threshold: 2000 nautical miles •o Objective: 6000 nautical miles •1 17. Additional Cargo •o Threshold: None •o Objective: Capacity to transport 3 "Dry Van" containers of 20 feet each. •1 18. Additional Firefighting •o Threshold: None •o Objective: Single nozzle FiFi ½ system •1 19. Additional Deck Space •o Threshold: None •o Objective: Available area on main deck for installation of "Submarine Rescue Diving Recompression System" (SRDRS) during submarine rescue operations. Minimum dimensions of area must be 28 meters in length and 11 meters in beam. •2 20. Dynamic Positioning: •o Threshold: None •o Objective: Dynamic Positioning: DP Class 1. •2 21. Deck Load •o Threshold: 5 tons/m 2 •o Objective: More than 5 ton/m 2. •2 22. Additional Passenger Capacity •o Threshold: None •o Objective: Capacity for transporting at least 40 seated passengers. •o Objective: Berthing for 20 passengers (special mission crew). •2 23. IACS Classification •o Threshold: None •o Objective: IACS Classification: Polar Class 7. •2 24. Additional Ship's Boats •o Threshold: None •o Objective: Capability to launch and recover two boats simultaneously with side davits (7 meter length RHIB or 5.85 meter inflatable boat). •2 25. Ship's Crane: •o Threshold: None •o Objective: Crane with capability of hauling 10 Tons at 2.5 meters from ship's side and 1.7 Tons at maximum extension of 15 meters. 6 meters-height is the maximum height of cargo considered to be embarked. •2 26. Used Ship (if applicable) •o Threshold: Ship must have been in service for less than 30 years. •o Objective: Ship must have been in service for less than 10 years. NAVSEA is seeking responses from interested parties that can provide the boat with the characteristics outlined above. Interested parties are encouraged to submit information containing the following: •11. A cover letter containing the following: (a) The name and address of the interested party and where such boats would be built or if name of current vessel owner/agent; (b) Point of contact including name, title, phone, and email addresses; (c) 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. •22. Specification (or cutsheets) that describes that the Tug (in terms of hull equipment, engine specification, electrical system, command and control equipment, mechanical, etc) being offered are of existing designs that meet the above listed requirements for the Tug. The Government recognizes that interested parties may not have a platform that meets all the requirements. Interested parties are encouraged to respond to this RFI if minor deviations exist but could be readily modified. •33. General Arrangements drawings of Tug; •44. Classification and Class Notation; •55. A description of the company's recent relevant experience; •66. Estimated Tankage size for fuel/water/sewage; •77. Estimated total construction time from start of construction to delivery at the builder's facility (if applicable); •88. If applicable, current location of the Tug and information regarding current major outfitted equipment (to include brand name, model, amount of operating hours the equipment has been in operation), •99. Estimated rough order of magnitude (ROM) price the Tug. Responses are requested by 2:00 PM (EST), on 26 OCTOBER 2017. General questions can be submitted electronically to james.m.montgomery@navy.mil AND ryan.ksanznak1@navy.mil. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Please choose one of the methods below to submit your response: 1. For electronic file sizes over 5 MB upload and submit your response to the Safe Access File Exchange (SAFE) application (https://safe.amrdec.army.mil/safe/). Please follow the steps below: Proceed as a Guest user by clicking on "I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User" Fill in all required fields Upload your RFI response and grant file access to the following email address: James.M.Montgomery@navy.mil AND Ryan.Ksanznak1@navy.mil Click the "Submit" button 2. For electronic file sizes under 5 MB send by email to James.M.Montgomery@navy.mil AND Ryan.Ksanznak1@navy.mil. This RFI in no way binds the Government to offer contracts to responding companies. The information provided will assist NAVSEA in developing and further defining future procurement and acquisition strategies. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. This RFI is the initiation of a market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not an RFP. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002417R2237/listing.html)
 
Record
SN04696320-W 20170929/170927231722-194350499262dedbae1387ed036e4b1b (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.