SPECIAL NOTICE
19 -- Special Operations Security Force Assistance (SFA) Patrol Craft Officer Coastal Craft (SFA PCO-CC)
- Notice Date
- 10/17/2011
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-12-KW-RFISFA
- Point of Contact
- Sandra L Smith, Phone: 813-826-7335, Jennifer A. Metty, Phone: 8138267975
- E-Mail Address
-
smiths1@socom.mil, jennifer.metty@socom.mil
(smiths1@socom.mil, jennifer.metty@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: The United States Special Operations Command (USSOCOM) Combatant Craft Program Management Office is conducting market research to determine if a commercially available off-the-shelf (COTS) craft exists for a Special Operations Security Force Assistance (SFA) Patrol Craft Officer Coastal Craft (SFA PCO-CC). Naval Special Warfare (NSW) will use the SFA PCO-CC to teach small craft operations and maintenance to international students receiving in-residence training in the United States. SFA PCO-CC must provide a safe, reliable open-water teaching platform for NSW units. Craft Characteristics/Requirements: 1. The craft on trailer shall have a maximum beam of 10 feet for over the road transport with no required front and rear escorts. 2. The craft shall have a minimum of 15 person capacity with seven people able to fit within the required enclosed cabin. 3. The minimum payload weight is 4,750 pounds. 4. The craft shall contain Mercury Verado (brand name-no substitute) outboard motors. (Horse power and number of outboards are dependent upon meeting performance specifications) 5. The craft shall contain an integrated fuel tank with fill and vent that provides for safety and increased reliability. 6. The craft shall contain a minimum of four 12-volt receptacles in order to power ancillary equipment used for navigation and communication. 7. The craft shall have a trailer that complies with all Department of Transportation and Federal Motor Vehicle Safety standards. The trailer shall have marine grade seals and lubricants for axles, disc brakes, and bearings. 8. The craft shall be outfitted with items to meet US Federal Laws and United States Coast Guard safety regulations. (e.g., navigational lighting, radio communications, audible signals, fire prevention etc.). 9. The craft shall be able to achieve a cruise speed of 30 knots with a 4,750 lb payload weight in 3 ft 1/3 significant wave height seas, which is representative for coastal patrol missions in a training environment. 10. The craft shall have a minimum range of 200 nm at cruise speed at 4,750 lb payload. Range is defined as one way transit from one location to another. 11. At 4,750 lb payload, the craft's maximum draft shall be four feet. The maximum draft is considered to be measured at the lowest portion of the keel. The outboards shall have the ability to be raised out of the water. 12. The craft shall have an environmentally (heated and air conditioned) controlled cabin. 13. There shall be a table that will accommodate voyage planning use of paper nautical charts and hand held navigation instruments. The cabin and table configuration shall provide an unobstructed view of the navigation charts on the table by all six passengers while the craft is at idle or transiting at low speeds. 14. The craft shall have an enclosed console pod that can wrap the whole console. The console shall have two displays for every displayed function. The console pod shall contain one display each for an instructor and student for a total of three displays. 15. The craft shall contain a sheer deck with a sleeping berth underneath (at forward v-berth) for extended/long range navigation evolutions. 16. The craft shall be capable of attaching forward and aft (MK) 16 mod 8 gun mounts. 17. The craft shall be rigged for towing operations whether it is towing or being towed. 18. The craft shall contain a COTS Forward Looking Infrared (FLIR) system, the FLIR Systems Navigator II pan, and tilt with a display and controller located inside the cabin. (No substitutions) 19. The craft shall contain a High Frequency HF-Harris RF-5800H-MP radio with 128 bit citadel encryption capable. (No substitute) Equal means other radios systems have the same parts, encryption, installation procedures, maintenance and training procedures, controls, performance and physical (size, form factor and weight) specifications. It shall be used with a SG-230 HF Smartuner coupler with the SG-303 9' HF Antenna and base. (No substitutions) 20. The contractor shall provide for a training course for up to 10 operators and maintenance personnel at the contractor's facility. The course curriculum shall include initial and advanced operating procedures and maintenance of all craft systems. 21. The contractor shall provide an OEM spares package in an organized container. The Government estimates the spares package cost o be twenty five percent cost of the five craft. Responses to this Request for Information (RFI) shall include: 1. A detailed description of product and information to allow the Government to determine whether the craft meets the specified requirements. The craft must be currently available on the open market. When addressing the ability to meet specific craft performance requirements, substantiate any claims against the craft. 2. A rough order of magnitude (ROM) unit price for five units where a unit is one craft. Indicate whether there is available pricing on a U.S. General Services Administration Schedule or other existing U.S. Government contract. 3. Additional pricing for drawings that would enable any repair on the craft by other than the Original Equipment Manufacturer (OEM). It is the intention of the Government to utilize the drawings to contract for repair in the vicinity of Stennis Space Center, Mississippi. Pricing for drawings shall include the necessary technical data rights needed for repair and sustainment. 4. Business Size Standards: The North American Industry Classification System (NAICS) code for this announcement is 336611 with a small business size standard of 1,000 employees. Refer to Federal Acquisition Regulation Part 19 and annotate whether the company is a small business, veteran-owned small business, service-disabled veteran-owned small business, Historically Underutilized Business Zone (HUBZone) small business, small disadvantaged business, women-owned small business, or historically black colleges and universities and minority institutions. 5. Any U.S. Government certifications for the craft including, but not limited to, safety, helo lift by sling, air transportability, weapons (use of the MK 16 mod 8), and electronic compatibility. 6. The contractor's production lead time for five craft. When preparing responses to this RFI: 1. Limit submission package to 30 pages. Do not include company marketing material, corporate profiles, personnel resumes, or duplicate material from a corporate website. If this information is pertinent to the RFI, then provide a document reference sheet as an index for later use. 2. Format: Responses should be formatted to print out legibly as follows: A) Paper Size - 8.5 x 11 inch paper; B) Margins - 1"; C) Spacing - Single; D) Font - Times New Roman, 12 Point; and E) Microsoft Word 2007 or later and/or PDF format. 3. Submission: Only electronic submissions provided to the USSOCOM Contracting Officer will be accepted. The Contracting Officer is Ms Sandy Smith, 813-826-7335, email: smiths1@socom.mil. Responses shall be submitted to the Contracting Officer within 15 days of the posting date of this announcement. 4. This is a Request for Information (RFI) only and may not result in the issuance of a Request for Proposals (RFP). If you choose to submit proprietary information, mark it according to your company specifications. 5. Optional Craft Demonstration: As part of USSOCOM market research, interested companies may offer an opportunity to showcase their existing craft at no obligation to the Government. The demonstration shall be conducted at the contractor's desired location, within the continental United States, with the craft under the control of the contractor's personnel. A small Government team will witness the trials. USSOCOM is primarily interested whether the craft meets the above requirements. Anticipated onboard test equipment will be a small handheld Global Positioning System (GPS) provided by the Government. If responders are willing to demonstrate their craft's performance, please indicate a desire to do so in your RFI response. Provide the name and contact information (phone/email address) for the person at your location who will assist with coordinating/scheduling the performance trials with the Government coordinator. USSOCOM expects the trials will last no more than one eight-hour day. Companies are advised that the demonstrations will be conducted at no cost to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-12-KW-RFISFA/listing.html)
- Record
- SN02608269-W 20111019/111017234131-cc89e6d8165594aa0206ac3712416c1c (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 |