Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2004 FBO #0803
MODIFICATION

19 -- 10 RHIBs (Rigid Hulled Inflatable Boat)

Notice Date
2/6/2004
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0134
 
Response Due
2/13/2004
 
Archive Date
2/28/2004
 
Point of Contact
Ellen Adams, Contracting Officer, Phone 703-239-9224, Fax 703-239-9227, - Major Tom Ficklin, Contracting Officer, Phone 703-343-9224, Fax 703-239-9227,
 
E-Mail Address
adamse@orha.centcom.mil, ficklint@orha.centcom.mil
 
Description
A0001 Questions and Answers on RHIBs 1. Is a military model or rescue model required? Military Model 2. Inboard Motor or Outboard? Twin outboards, four stroke, HP capable of propelling boat at sustained speed as noted in tender. 3. Do the boats need to be built to a particular standard such as ABS, ABYC, or USCG? Current industry standard for military/law enforcement applications, (examples, Hurricane, Zodiac, Safe-Boat) 4. Is there a specific color or color scheme which is required for the hull and fendering system? Military grey. 5. Is it envisioned that a single-point lift system could be used to hoist the RHIBs either from their trailers or the water, which would require the addition of appropriate deck fittings? Yes, standard three (or four), depending on boats construction/weight) point lifting sling, two pad eyes aft (deck or transom mount, depending on construction) and one or two pad eyes in deck forward. 6. It is implied that the top speed requirement of 35 knots is under calm water conditions, is this correct? Correct. 7. It is implied that range and endurance requirements are also to be attained under calm water conditions, is this correct? Correct. 8. Should the boats be equipped with towing bits? Yes. 9. Should the boats have zincs in addition to the zincs on the outboards? Depends on hull material. If fiber reinforced glass (FRG) is used for hull construction, no additional zincs required. If hull material is aluminum or steel, additional zincs are required in accordance with current industry practices. 10. What are the locations and numbers of bits and cleats, handrails that are required? Towing bit as noted above. Mooring/anchor line attachment points are to be in accordance with current industry practices and placed such that they do not create tripping/piercing hazards. 11. To meet stated Primary and Secondary Tasks, is it envisioned that these RHIBs should be constructed to allow for the attachment of one or more pintel mounted weapons such as the M240 light machine gun? No special construction (?hardened points?) required. 12. Should the boats have armor shielding and bullet proof glass? No. 13. Should there be some shelter for the helmsmen or other crew - e.g. small deckhouse, enclosure, center console with windshield, T-Top? No. 14. What anti-fouling paint system will the boats have on the bottom, if any? No. 15. Should there be one or two boarding ladders for swimmers? No. 16. Will the crew need a potable fresh water supply on board for use underway? No. 17. Fenders might be air filled, foam and air filled, or solid foam. Which would be best for the anticipated operations? Solid foam. 18. Are there any trailer options that are required, such as a spare tire, electric winch, fresh water flush outs, single or dual axel, etc.? All of the above with dual axel. Specific RHIB Seating Questions 19. Since seating arrangements have not been specified, are stand-up bolsters acceptable for the two operators? Yes. 20. Can the fendering system, with appropriately placed handholds, be used as seats for all or some of the additional six crewmembers to be carried aboard the RHIB? Yes and should be. 21. Are any of the seats or bolsters, which may be provided, required to have shock mitigating properties above seats normally found on commercial or military vessels? No. Specific RHIB Fuel and Propulsion Equipment Questions 22. Should the outboards be protected by Dutch bars (towing bars) or armor shielding? Yes towing bars. No armor shielding required. 23. Contaminated fuel is a concern. Are there specifications for fuel filtration and/or treatment? Yes. Duel element spin on RACOR with drain taps (or equivalent) water/sediment filters in addition to any filtering internal to the engines. 24. Are there unusual requirements for the fuel fills and vents? No. 25. Are there requirements for fuel tank access for maintenance and cleaning? No. 26. What specifications are there for the outboards other than HP - manufacturer, 2 or 4 stroke, propellers, and gauges? Four stroke - HP to sustain top speed noted in tender. Propellers to be fitted to allow top speed to be attained and sustained at engine manufacturers recommended RPM. Gauges are to be to industry standard practices. Specific RHIB Additional Equipment Questions 27. What electronics will be required (navigation, surveillance, communications) and what will be the electrical loads and requirements? Are there specifications for the batteries - capacity or type (gel, lead acid, AGM)? Will the boats need to be wired for intercom communications between onboard personnel? Industry standard practices navigation/comms for military/law enforcement. GPS, installed VHF (GMDSS), echo sounder (fathometer), installed loud hailer with alarms and low visibility signal capabilities, siren and blue law enforcement strobe light. No radar, plotter or other nav gear required. Deep cycle gel batteries (two) with Perko (or equivalent) battery selector switch. Industry standard high output alternators in outboard motors will be required. 28. Will any additional electrical or electronics equipment be installed after delivery that would impact available console mounting locations or increase the number of electrical circuit breakers required to power the added equipment? Yes. Military HF, UHF. VHF radios will be added. 29. What basic equipment should be supplied with the boats - bilge pumps, air pumps, anchor and rode, dock lines, sound signal, flares, fire extinguishers, etc.? Bilge pumps (size and number) as required based on industry standard practice and hull construction. Industry standard practice package (such as or similar to ?USCG required carriage requirements?). 30. What is the delivery date of the first 5 boats to Umm Qsar? 2 Apr 04 31. Is this to be a ?Best Value? or ?Low Bid? competition? Best Value 32. What is the anticipated contract award date? 11 Feb 04 (estimation only) 33. Besides cost and the minimum required vessel technical and performance requirements stated in the solicitation, will any other evaluation factors be used in selecting the successful Offeror? If so, what will they be? Delivery capability 34. Given the short solicitation response and required initial delivery timeframes, would the Government consider a delivery extension date without unduly affecting overall planned operational timelines? Quote the best delivery schedule possible for your company 35. To mitigate potential contract delivery delays associated with commercial ocean freight service or the significantly higher acquisition costs associated with airfreight shipments, would the Government consider an INCONUS delivery / acceptance site, with subsequent transport to Umm Qasr Naval Base in Iraq undertaken by the Government on scheduled logistics support ships or aircraft? No THIS IS COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. *****This solicitation, W914NS-04-Q-0134, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS code is 423860.*****The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for ten (10) RHIB boats (Rigid Hulled Inflatable Boat) with five (5) to be delivered NLT 2 Apr 04 and the remaining five (5) to be delivered NLT 1 Sep 04 to Umm Qasr Naval Base, Iraq. The Key User Requirements are: a.) to operate safely offshore, on major rivers and estuarine waters up to and including sea state 4. b.) to be operated by a crew of 2. c.) to carry up to 6 passengers, each with 20 Kg of equipment. d.) To provide a stable platform from which to conduct boarding operations. It is envisaged that a boat length of 22 ft is the minimum required. e.) To have main propulsion system redundancy. f.) to be capable of 35 knots (26 knots fully laden in calm conditions) g.) to have an endurance of 8 hours (patrol speed) or 3 hours (max speed). Range of 100nm. h.) to be supplied with a road-transportable trailer. i.) to be inter-operable with Coalition Forces (CF) and other Iraqi agencies. The ability to exhibit presence and effectively patrol Iraq?s territorial and estuarine waters and inland waterways is seen as a fundamental requirement needed to counter illegal activities which threaten the stability and security of a strategically vital region of Iraq. The standing up of an effective indigenous force capable of asserting itself on Iraq?s territorial and estuarine waters is therefore necessary. The ICDF maritime capability is being developed by CMATT (Coalition Military Assistance Training Team.) To provide the boarding capability required, it has been determined that there is a requirement for a medium sized RHIB powered by an out-board motor (OBM.) OBMs are the preferred type of propulsion because they are more suited to the local environmental conditions and are considered more practical to maintain in the existing maintenance infrastructure. Specifically, inboard engines are particularly susceptible to fuel contamination problems caused by micro-bacterial contamination (cladisporium resinae) which is prevalent in hot, humid conditions. OBMs may also be removed from the boats for maintenance in a protected and climatically controlled environment ashore. Particularly in view of the requirement to operate in offshore waters, a twin engine configuration is required to provide an appropriate level of propulsion system redundancy. To develop the initial operating capability, it is calculated that 10 fast support craft will be required. This will support the CMATT supervised training program and meet the force level needed to conduct the mission tasks throughout the AO. The key tasks and priorities identified are as follows: Primary Tasks: Provision of credible presence in the ICDF AO. Interdiction operations against vessels and personnel engaged in illegal activity. Board and search operations against suspect vessels. Protection of key Iraqi maritime facilities, including ports and offshore installations. Operations with Coalition Forces. Secondary Tasks: Movement of ICDF personnel between locations across the AO. Provision of support to civil authorities. Development of interoperability with Iraqi civil organizations in pursuit of regional security. Development of interoperability for Joint and Combined Operations. REQUIREMENT CONSIDERATIONS: Ten craft will be required to meet the scope of the ICDF tasks. The boats will require a range of 100 nautical miles, a top speed of 35 knots, an endurance of 8 hours at patrol speed and 3 hours at maximum speed. The craft should be capable of carrying up to 8 people, each carrying 20 kilos of equipment. Boarding operations will be carried out against a wide variety of vessels including; fishing vessels, dhows, oil barges and general cargo vessels in conditions up to Sea State 4. A training program will commence mid Mar 04, with an operational capability in place by Oct 04. A lack of ICDF capability to conduct effective maritime operations will ultimately impact upon the security of the region and in particular upon the operation of the only port facility in Iraq. SUMMARY: The ICDF will need to operate boats capable of conducting boarding and search operations in Iraqi waters. This capability will form a highly visible element of Iraq?s own security arrangements which are an essential part of the overall Security Sector Reform process. The boats need to be delivered in time for specialist training to commence in mid Mar 04 (first 5 vessels) with the remaining 5 needed no later than 1 Sep 04. These boats must be sufficiently robust to operate in the local conditions and should provide a long term and sustainable capability. CMATT will oversee the introduction of these boats and provide the necessary training to Iraqi personnel to ensure that the maximum effect is achieved. Electronic copies of the Statement of Work (SOW) and the SF1449 are available at www.cpa-iraq.org . The Contracting Officer will evaluate quotes on the basis of information furnished by the offer or offeror identified in the offer and reasonably available to the Contracting Officer. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract, with delivery of five (5) boats on or before 2 Apr 04 and an additional five (5) boats on or before 1 Sep 04. Acceptance will be by the Captain of the Naval Party Iraq at Umm Qsar. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, offerors should submit with their quotation: (1) Price proposal which shows each proposed unit price for each boat and total price for all items; (2) supporting information for proposed items that demonstrates they understand the specifics stated in the SOW; (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractor?s Duns and Bradstreet (DUNS) number; (5) Contractor?s Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.212-1 Instructions to Offerors ? Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.219-6 FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); All interested, responsible firms should submit quotes (Original plus One Copy of Quote and Applicable documentation IAW FAR 52.212-2) no later than 5:00 P.M. (Baghdad Time), 13 Feb 04, to the following email address: adamse@orha.centcom.mil Attn: Major Ellen Adams, Coalition Provisional Authority, Baghdad, Iraq. Questions in regards to this quotation should be directed to Maj Ellen Adams at email adamse@orha.centcom.mil . Faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor?s Registration database (www.ccr.gov) prior to the award of any Government Contract. SUBJECT TO THE AVAILABILITY OF FUNDS
 
Place of Performance
Address: Umm Qsar Naval Base, Iraq
Country: Iraq
 
Record
SN00517997-W 20040208/040206212916 (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.