Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOURCES SOUGHT

19 -- Riverine Patrol Boat for the Government of Iraq

Notice Date
2/5/2010
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002410R2231
 
Response Due
2/22/2010
 
Archive Date
8/31/2010
 
Point of Contact
Thomas Baranowski, Contract Specialist: thomas.baranowski@navy.mil Maureen Barlow, Contracting Officer: maureen.barlow@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought N0002410R2231 in anticipation of a potential future procurement program with the Government of Iraq for a Riverine Patrol Boat. The Government is seeking responses from sources that can provide a new construction vessel that can meet the characteristics listed below. Existing vessels or conversion vessels will not be considered. All information, data, and drawings submitted in response to this announcement will be considered "open source" and available for unlimited public distribution. The Naval Sea Systems Command will be forwarding all information, data, and drawings submitted in response to this announcement to the Government of Iraq. Since the data submitted will be forwarded to the Government of Iraq, all information must be received without restrictive markings. Do not submit proprietary data with the information provided. The Naval Sea Systems Command is conducting market research to determine the availability of a new construction Riverine Patrol Boat possessing the characteristics listed below. The boat would be procured under a Foreign Military Sales (FMS) case and would operate in the rivers and coastal waters of Iraq. General Characteristics: The boat shall be a composite or aluminum mono-hull design Hull length overall: 15 meters (Approximately)Draft: not greater than 0.8 meters (mean draft)Endurance: 14 hours at 15 knots covering at least 210 NMSpeed: 45 knots (full load displacement; tropical conditions (air temperature 45-degrees Celsius and sea water temperature 32-degrees Celsius) in calm waterAccommodations: 4 (four) total berths; One (1) water closet, wash-basin and toilet with holding tank. Messing: A small sink and storage area shall be provided. One (1) 30-liter refrigerator and one (1) microwave shall be providedInstalled tank capacities: Fuel: 1300 liters (Approximately); Potable Water: 300 liters (Approximately)The boat will remain fully operational in Sea State 3 and survivable in Sea State 4 conditions; Hull and main machinery service life shall be 10 years based on 1,000 hours of annual operationsAll machinery and equipment shall be suitable for marine service and in accordance with applicable AMS and IMO standards and guidelinesMain Engines: Two (2) marine diesel engines. 24 volt DC startingPropulsion: waterjetsLife saving equipment and installed firefighting/damage control equipment shall be in accordance with the latest SOLAS requirementsAll controls and instrumentation pertaining to the propulsion system, main engines, generators, air conditioning and ventilation, battery state indication, navigation and communication shall be installed at the coxswain station.Alarms and Protective Systems Requirements: Standard sensors, indicators and gauges shall be installed where equipment monitoring is required and provide audible and visual signals when abnormal or dangerous conditions occurMain Engine Control and Monitoring: Throttle control of propulsion engines shall be at the coxswain station; Primary monitoring main and auxiliary machinery space equipment shall be provided at the coxswain station; Secondary monitoring main and auxiliary machinery space equipment shall be provided in the engine roomHVAC Requirements: Air conditioning and heating shall be provided for all habitable spaces; The system shall meet the following design criteria: Summer (Dry bulb)- Outside air (temperature= 45 degrees Celsius, relative humidity= 50 percent), Inside air (temperature= 21 degrees Celsius, relative humidity= 50 percent); Winter= Outside air (temperature= 0 degrees Celsius, relative humidity= 50 percent), Inside air (temperature= 21 degrees Celsius, relative humidity= 50 percent) Power Supply System: The primary supply of 230V, single phase, 50 Hz AC will be through the generator. Alternate supply of 24V DC will be through batteries for uninterrupted power supply for 6 hours to essential equipment.Shore Power Supply: One (1) 230V single phase shore power inlet shall be fitted.Navigation Equipment Requirements: There shall be one navigation radar system, single multi-color display incorporating radar, GPS, depth finder, compass heading, magnetic compass heading and electronic charting. Communication Equipment Requirements: VHF, UHF and portable HF radiosWeapons and Ammunition Requirements: Two (2).50 cal machine gun weapon stations. Ammunition storage lockers shall be provided for each weapons stationMaintenance cradle: One set of hoisting slings and a maintenance cradle shall be provided for each boatTowing: A towing bollard on the stern shall be rated at 12 tons.Deck layout and interior arrangements will facilitate easy boarding operations.Pilot house will have a minimum seating capacity for four (4) personnel. Shock mitigating seats with integrated full harness seat belt will be provided. Pilot house including windows will provide ballistic protection (7.62-mmX39 PS ball round protection)Firms are responsible for complying with the International Traffic in Arms Regulations, as applicable, including obtaining any required export license and must be registered with the Directorate of Defense Trade Controls. It is anticipated that the Riverine Patrol Boat may be procured and delivered FOB origin. Interested sources are encouraged to submit a single CD-R containing the following: (a) a summary specification that describes the boat offered that meets the above listed requirements (All offered boat characteristics should be identified for chart comparison); (b) General Arrangements and Outboard Profile drawing; (c) a description of the firm's recent relevant experience in construction or fabrication of the boat being proposed and their approach in meeting the requirements stated above with emphasis placed on the approach to meeting delivery schedules; (d) delivery schedules; (e) estimated unit prices and GSA schedule pricing, if applicable; and (f) if the boat is on the GSA schedule, identify items that are not a function of the manufacturer's standard boat which would be considered non-GSA/FSS items. Responses should include a cover letter containing the following: (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) 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; (e) a statement allowing release of all provided information to the Government of Iraq; and (f) provide the company export license registration number. Where to submit: Email responses or inquiries should be sent to Ms. Maureen Barlow at maureen.barlow@navy.mil and Mr. Thomas Baranowski at thomas.baranowski@navy.mil. To help ensure proper receipt, name the email "Riverine Patrol Boat" in the subject field. Information may also be sent to the following address: Commander, Naval Sea Systems Command, Attention Maureen Barlow Code 02222, 1333 Isaac Hull Avenue SE Stop 2020, Washington Navy Yard, DC 20376-2020. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as a solicitation is not prepared at this time. When to Submit: Responses are requested by 22 February 2010. Please note that this synopsis is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. 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. Future information, if any, will be posted at the websites for FBO and NECO, the same sites where thisannouncement is posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410R2231/listing.html)
 
Record
SN02059469-W 20100207/100205235514-2d0fd087fd3d72022aaa2dc70a993dd5 (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.