Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOURCES SOUGHT

19 -- Tug Boats for the Government of Iraq

Notice Date
4/6/2010
 
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
N0002410R2240
 
Response Due
4/26/2010
 
Archive Date
5/11/2010
 
Point of Contact
Tom Baranowski-thomas.baranowski@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Iraq Tug Boats This is a sources sought N00024-10-R-2240 in anticipation of a potential future procurement program with the Government of Iraq for two (2) Tug Boats. 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 new construction Tug Boats possessing the characteristics listed below. The Tug Boats would be procured under a Foreign Military Sales (FMS) case and would operate in the harbors and coastal waters of Iraq. General Characteristics: The tug shall have a steel hull with aluminum or steel superstructureBridge: 360-degree visibility from the helmHull length overall: 29-31 meters (Approximately)Maximum draft (full load condition): Not to exceed 3 metersSpeed: 12 knots (full load displacement; tropical conditions (air temperature 45-degrees Celsius and sea water temperature 32-degrees Celsius) in calm waterAccommodations: 9 (nine) total berths: One (1) Captain Stateroom with one (1) bed, one (1) water closet, wash-basin and toilet; One (1) Technical Officers Stateroom with two (2) racks, one (1) water closet, wash-basin and toilet; One (1) Enlisted Berthing with six (6) racks, two (2) water closets, wash-basins (2) and toilets (2).Messing: A small refrigerator shall be provided in the Captain's Stateroom. A mess shall be supplied with nine seats. The galley shall be able to provide 24-hour food service.All machinery and equipment shall be suitable for marine service and in accordance with applicable ABS and IMO standards and guidelines Main Engines: Two (2) marine diesel engines Bollard Pull: 30-40 TonsPropulsion: Azimuth Drive. One (1) bow thrusterLife saving equipment and installed firefighting/damage control equipment shall be provided.(3) Three fire monitors shall be installed.A locally-controlled electric hydraulic 3-5 ton crane shall be provided with the capability to perform salvage-type operations and/or launching/recovering a rescue boat on the port or starboard side Rescue docks shall be provided on the port and starboard sideAll controls and instrumentation pertaining to the propulsion system, main engines, generators, air conditioning and ventilation, battery state indication, navigation and communication shall be installed on the BridgeAlarms 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 occur. The engine room shall have a fixed CO2 fire extinguishing system.Main Engine Control and Monitoring: Throttle control of propulsion engines shall be on the Bridge; Primary monitoring main and auxiliary machinery space equipment shall be provided on the Bridge; 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 380V, single phase, 50 Hz AC will be through the generator. The Tug Boat shall have two (2) main generators that can each carry the whole maximum service load including a 50% growth margin. Generators shall be able to operate in parallel. A shore power supply inlet shall be fitted. All electrical outlets and lighting will be 220v. Navigation Equipment Requirements: There shall be one (1) ARPA navigation radar system with 48 nm range, single multi-color display incorporating radar, GPS, gyrocompass, fluxgate compass, depth finder, and electronic charting. An integrated bridge system must be provided.Communication Equipment Requirements: VHF, UHF and HF radios.Maintenance cradle: One set of hoisting slings and a maintenance cradle shall be provided for each tugTowing: A towing hook on the stern shall be rated at 30 tons. An electric hydraulic winch on the bow shall have wire rope commensurate with a bollard pull of 40 tons. It is anticipated that the Tug Boats 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 tug offered that meets the above listed requirements (All offered tug characteristics should be identified for chart comparison); (b) General Arrangements and Outboard Profile drawing; (c) a description of the firms 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 also include a cover letter containing the following: (a) The name and address of the contractor and where such tugs 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; (d) a statement allowing release of all provided information to the Government of Iraq; and (e) provide the status of the company export license registration. Where to submit: Email responses or inquiries should be sent to Mr. Tom Baranowski at thomas.baranowski@navy.mil and Ms. Maureen Barlow at maureen.barlow@navy.mil. To help ensure proper receipt, name the email "Iraq Tug Boats" 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 26 April 2010. Notice Regarding Solicitation: 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. Other: 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. Contracting Office Address:N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC Point of Contact(s):Tom Baranowski, Contract Specialist, thomas.baranowski@navy.milMaureen Barlow, Contracting Officer, maureen.barlow@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410R2240/listing.html)
 
Record
SN02114609-W 20100408/100406235744-62c9d5174c8fa76b071ec9a2310fe59a (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.