Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2002 FBO #0235
SPECIAL NOTICE

19 -- Request for Information-Liftboat and Jackup Barge

Notice Date
7/23/2002
 
Notice Type
Special Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-RFI-46TW-Liftboat-Jackup-Barge
 
Response Due
8/22/2002
 
Point of Contact
Elisa Horrach, Contract Specialist, Phone (850)882-3051 x 5226, Fax (850)882-1860, - Bonnie Hochmuth, Contracting Officer, Phone 850-882-9188x5222, Fax null,
 
E-Mail Address
elisa.horrach@eglin.af.mil, hochmutb@eglin.af.mil
 
Description
The Investment Programs Office of the 46th Test Wing, Eglin Air Force Base, Florida, is seeking information on the availability of mobile maritime self-elevating vessels to be used as operating platforms for tracking sensors (e.g., radars, photo-optic mounts, laser trackers) in support of Department of Defense armament and munitions test and training operations. The high-fidelity tracking sensors that will be hosted on the vessels, and the resultant precise track data obtained from them, requires that these sensors be operated from very stable operating platforms. This Request for Information (RFI) is intended to solicit information pertaining to two specific types of mobile maritime self-elevating vessels; those that are self-propelled (liftboats) and those that are towed to their operating locations (jackup barges, MODUs, MOPUs, etc.). Additionally, information regarding any other type of vessel or platform that approximates, meets, or exceeds the operational capabilities criteria described in this RFI is also encouraged. Thus, it is the intent of this RFI to address three general categories of vessel or platform: 1) liftboats; 2) jackups; and, 3) other. Due to the intended purpose and desired operating environment of the vessels addressed by this RFI, any vessel considered must meet or exceed the following requirements: a) be capable of conducting elevated-deck operations in a water depth of at least 150 feet (with a 20-foot air gap); b) be capable of accommodating a maximum deck load (including full consumables) of at least 250,000 pounds; c) have open/usable deck area of at least 2,000 square feet; d) have pad, leg, and hull design/construction suitable for sustained operations on the seabed and in the waters of the Gulf of Mexico (off the coast of Florida); e) have properly functioning primary systems (e.g., engine(s), generator(s), jacking system, sewage treatment system, heating and air conditioning system, navigation and communications equipment, galley, appliances, etc.); f) have accommodations and facilities sufficient to support berthing of at least 12 persons. The above listed requirements constitute the minimum acceptable criteria. Responses pertaining to vessels exceeding these parameters (e.g., larger decks, heavier loads, deeper operating depths) are encouraged. In responding to this RFI the following information, if available, should be included: 1) list vessel certifications, if any (e.g., USCG 46CFR Subchapter L (unrestricted), ABS Class, Lloyd Class, Loadline Certificate, etc.); 2) hull design/type; 3) pad, leg, and jacking system design/type and specifications (e.g., number, length, and width of legs and pads, jacking speed, wave height limits during jacking, leg tower height above deck, etc.); 4) year and location built; 5) year and location refurbished, if applicable; 6) maximum operating depth with specified air gap; 7) vessel?s current location and availability for inspection; 8) hull dimensions; 9) overall deck dimensions; 10) usable deck area in square feet; 11) maximum deck load with full consumables; 12) maximum draft; 13) vessel net/gross tonnage; 14) engine specifications; 15) vessel running speed; 16) generator specifications; 17) fuel and potable water storage capacities; 18) heliport specifications, if applicable; 19) cranes specifications; 20) description of personnel accommodations and facilities; 21) description of communication, navigation, and electronic equipment; 22) winches; 23) lifeboats; 24) information regarding other pertinent equipment or attributes; 25) photographs and/or detailed drawings of deck(s) and/or accommodations. Additionally, the vessel owner (or designated sales agent) must state the desired selling price of the vessel, including delivery costs assuming end-user acceptance at destination (offshore of either Eglin or Tyndall Air Force Base in Florida). At this time the Government is merely exploring the availability and costs of suitable mobile self-elevating vessels to be used as offshore instrumentation platforms. This request for information (RFI) is for planning purposes only and shall not be considered as a request for proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government does not plan to award a contract based on the responses from this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs of charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. This RFI does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this contemplated effort. The information you provide may be utilized by the Air Force in developing its acquisition strategy and in its Statement of Work/Statement of Objectives and Performance Specifications. The information resulting from this RFI may be included in one or more RFPs, which will be released to industry. Industry is encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. Any subsequent actions resulting from the evaluation of the information provided because of this RFI may be synopsized at a future date. If synopsized, information detailing the specific requirements of this procurement(s) will be included. Replies to this RFI should be sent to the Investment Programs Office. Address your replies as follows: 46th Test Wing/TSRST, 205 West D Ave, Ste. 125, Eglin AFB, FL 32542-5641, Attn: Chris Snider. Additional technical information may be obtained from Chris Snider, (850) 882-4481, ext. 523.
 
Place of Performance
Address: 205 West D Ave Ste 125, Eglin AFB Fl 32542-5641
Zip Code: 32542
Country: USA
 
Record
SN00123462-W 20020725/020723213508 (fbodaily.com)
 
Source
FedBizOpps.gov 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.