Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOURCES SOUGHT

19 -- Rapid Response and Maritime Interdiction Boats

Notice Date
4/19/2012
 
Notice Type
Sources Sought
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412R2245
 
Response Due
5/23/2012
 
Archive Date
5/23/2012
 
Point of Contact
Nicole Gerow nicole.gerow@navy.mil Maureen Barlow, Contracting Officer, maureen.barlow@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This Request for Information (RFI) N00024-12-R-2245 is issued in anticipation of a potential future procurement program under Section 1206 of Public Law 109-163, as amended, for eight (8) Rapid Response and Maritime Interdiction Boats possessing the characteristics listed below. All information, data, and drawings submitted in response to this announcement will be considered open source and available for unlimited public distribution. As such, all information must be received without restrictive markings. Do not submit proprietary data with the information provided. Pursuant to Section 1206, this future potential procurement programs is in response to an identified need to equip a partner nation. This procurement program shall be complementary to the training and support provided by the US Coast Guard ™s Response Boat-Medium Program. The US Coast Guard ™s RP-M Program ™s concept of use includes: Search and Rescue (SAR); Marine Environmental Patrols (MEP); Enforcement of Laws and Treaties (ELT); Port and Waterway Coastal Security (PWCS); and Defense Operations (DO). While the RB-M is designed for use within US Coastal waters, a variant of the USCG ™s RB-M is required to perform the equivalent duties within the environmental conditions of the Kingdom of Bahrain ™s territorial waters. These boats would operate within a range of 50 nautical miles of the Kingdom of Bahrain territorial waters. Typical patrols are over a 48-hr period and 250 nautical mile sector. Responses must meet the following basic characteristics and requirements: (a)All boats must be new construction, but derived from a proven hull design. Existing boats or conversion boats will not be considered. (b)All mechanical and electrical materials and installations shall meet or exceed the requirements of the American Boat and Yacht Council. The boats will not be classified by any regulation society. All aluminum welding performed shall be in accordance with procedures approved by the American Bureau of Shipping. (c)First delivery at the builder ™s facility must occur within 9 months after the receipt of order. Second boat must deliver within 4 weeks of the first boat, and the third through eighth boat must deliver every three weeks thereafter at the builder ™s facility. (d)Dimensions: 1)Overall Length: approximately 45 feet; 2)Beam: approximately 15 feet; 3)Draft: not to exceed 4 feet; (e)Performance: 1)Speed: maximum: Not less than 28 knots in Sea State 1 (full load) 2)Speed: cruising: not less than 25 knots (full load) 3)Range: Not less than 250 nautical miles at 25 knots (full load) 4)Quiet Operations and radiated noise of less than 70dBA at 100 feet (f)Hull Specifications: 1)Hull, deck, and pilothouse material: 5086 Aluminum; composite structures are not allowed. 2)The finished boat must be inherently self-righting; 3)Forward and aft tow posts/gun mount (fit standard pintle); 4)Welded four-way lifting eyes; 5)Self-bailing fore and aft decks; 6)Rescue zones: stern platform; port and starboard recessed zone with articulated walkway 7)100-percent foam floatation collar in black or international orange; 8)The aft deck will include a cooking station; 9)The aft deck will include a bimini style canvas top for shading the whole aft deck area (g)Pilothouse Specifications: 1)Accommodations: Minimum of four (4) shock mounted seats provided for the crew; 2)Enclosed pilothouse with 360 degrees of visibility; and limited overhead visibility; 3)Survivor Cabin with galley, messing area and enclosed head; messing area seating should be convertible to berthing; 4)Environmentally controlled such that the maximum cooling temperature of the Pilothouse and Survivor Cabin does not exceed 24 degrees Celsius (dry bulb with 50percent relative humidity) 5)Limitation on Noise Levels at maximum speed: Pilothouse: 84 dBA; Survivor Cabin: 87 dBA; 6)Limitation on Noise levels in the machinery spaces at idle operations and speed: 115 dBA (h)Propulsion Requirements: 1)Twin Propeller drive only; 2)Twin MTU diesel engines; (i)Electrical/Electronic System Requirements: 1)Ship Electrical Distribution System: 220v, 50-Hz power; 2)Fully integrated navigation system with electronic charting, GPS, depth sounder, radar, VHR and UHF radios 3)Boat controls will be by a Vector Stick integrated control system 4)Radar will be an open array radar 5)Navigation Lights and Blue Law Enforcement Light (j)Weapons: Two (2).50 cal mounts (k)Crew size: Total of 4 (l)The boat shall achieve the above performance characteristics in the Intended Operating Environment (Severe Tropical Area): Air Temperature10 to 55 degrees Celsius Water Temperature10 to 37 degrees Celsius Relative Humidity (summer) ¦ ¦... 90percent @ 50 degrees Celsius Relative Humidity (winter)50percent @ 0 degrees Celsius (m)Following in-country reactivation of each set of delivered boats, the builder shall provide 14days of operator familiarization training covering boat operations, engines, gearboxes, generators, electrical distribution system, electronic/navigation system, and auxiliary equipment installed on the boat. The total number of students will be from 6 students per delivered boat. (n)Following the in-country delivery of the first boat for a period not to exceed 24 months, the builder shall provided an in-country technical support person. The builder will in additional to equipment warranties, warranty the boat against defects for a period of 12 months following delivery. (o)Each boat shall be provided with a package of two (2) years of spare parts, component, and other vendor recommended items based on a 750 operational hour annual schedule. Additionally, the vendor shall provide those items to cover the initial maintenance requirements following reactivation. What to submit: Interested sources are encouraged to submit a single compact disc (CD) containing the following: 1.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; (d) GSA Contract Number for the boats, if applicable; and, (e) a statement allowing release of all provided information to the Kingdom of Bahrain. 2. A summary specification that describes that the boat offered meets the above listed requirements (All offered boat characteristics should be identified for chart comparison); 3.General Arrangements and Outboard Profile drawing; 4.A resume describing their company ™s recent relevant business experience and their approach in meeting the requirements stated above, including approach to meeting proposed delivery schedules; 5.Estimated total construction time from start of construction to delivery at the builder ™s facility 6.Estimated price for the each boat; spares kit; reactivation and training; and In-country support Where to submit: Interested sources should mail a single CD containing the above requested information to the following address: Naval Sea Systems Command Attention: Nicole Gerow 1333 Isaac Hull Avenue SE, Stop 2020 Washington Navy Yard, DC 20376-2020 Email inquiries should be sent to nicole.gerow@navy.mil and maureen.barlow@navy.mil. To help ensure proper receipt, place the following name in the subject field of the email: Rapid Response and Maritime Interdiction Boats. 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 23 May 2012. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R2245/listing.html)
 
Record
SN02727109-W 20120421/120420001045-d224de2149e012f3442100e642211924 (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.