SOURCES SOUGHT
V -- Vessel for Service Weapons Testing
- Notice Date
- 3/18/2015
- Notice Type
- Sources Sought
- NAICS
- 483111
— Deep Sea Freight Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC DC N62387, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540, United States
- ZIP Code
- 20398-5540
- Solicitation Number
- N62387-MS-PM3-15-023
- Archive Date
- 4/10/2015
- Point of Contact
- Rachael Knapp, Phone: 2026855078
- E-Mail Address
-
rachael.knapp@navy.mil
(rachael.knapp@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY N62387-MS-PM3-15-023 Subject: Service Weapons Testing THIS IS A REQUEST FOR INFORMATION ONLY AND YOUR RESPONSE IS NOT AN OFFER. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF ANY SUBMISSION TO THIS MARKET SURVEY, OR TO CONTRACT FOR SERVICES. 1. General: One US flagged vessel for the Military Sealift Command (MSC) to support Naval Undersea Warfare Division, Keyport (NUWC DIV KPT) Service Weapons Testing (SWT). 2. Area of Operations: The vessel will operate in the Mid-Pacific in the vicinity of Oahu, HI. 3. Operating Scenario: The vessel will be supporting deployment of target systems, capture of test data and verification of test objectives. 4. Delivery: Owner provided commercial pier, IVO Pearl Harbor/Honolulu, HI 5 Redelivery: Owner provided commercial pier, IVO Pearl Harbor/Honolulu, HI 6. Charter period: 5 September to 12 September, 2015 (8 days + 1 WX day) 7. Mob / Demob Days: On or about 5 September 2015, 0700; 12 September 2015, 1600. 8. Certification: ABS classed (or equivalent IACS society) and/or USCG certified. 9. Endurance/Range: 5 days, 1000 nm (un-replenished food, fuel and water) 10. Minimum Transit Speed: 10 kts 11. Sea Keeping: Wind Speed/Transit Operations: The vessel shall be capable of transiting in Sea State 4 and operating in Sea State 3. 12. Deck Space/Stern Transom Configuration: The vessel shall have a minimum of 4,000 square feet of open contiguous unobstructed open deck space. Of which, approximately 500 sq. ft. will contain government furnished equipment (GFE) and the remainder will be used for mission operations. The vessel shall have a 22ft open transom/flat stern, or transom bulwark capable of being removed by unbolting or cutting for deployment of target and associated equipment. The vessel shall have a 12ft bulwark opening on the crane side capable of being removed by unbolting or cutting for deployment of target and associated equipment. The Government will be responsible for returning the ship to its original condition at the end of the performance period. 13. Crane Support: One ship crane shall have a minimum SWL of 6,000 lbs. Boom shall go fifteen feet over the side at 6000 lbs. SWL. One shore side crane with a minimum SWL of 15,000 lbs. will be required in order to load mission equipment. 14. Deck Loading Capacity: The vessel shall have a minimum deck loading capacity for the GFE as follows: • Equipment Shelter/TIS: 20' x 8' x 8' 15,000 lbs. - 94 lbs. / sq. ft. • Mk 26 Winch - 5' x 5' 1000 lbs. - 40 lbs. / sq. ft. • Balloon Winch - 5' x 4' 1000 lbs. - 50 lbs. / sq. ft. • Balloon Winch HPU - 6' x 3' 500lbs. - 28 lbs. /sq. ft. • Sonobuoy Crate - 4' x 4' 200lbs - 13 lbs. / sq. ft. • Light weight target panel - 12' x 12' 500lbs - 4 lbs. / sq. ft. Total equipment weight: 18,200lbs / approx. 8.1 LT. A minimum stability load capacity of 50.6 long tons, with a center of gravity of 5ft off deck. The vessel shall also provide appropriate lashing gear for the above equipment. 15. Power on deck: The vessel shall provide the following individual electrical minimum demands: 480v, 60Hz, 3ph. Steady state load demand is 30A with a peak of 50A 16. Fresh Water: The vessel shall provide fresh water for equipment wash down during the operational deployment period at approximately 25gallons per day. 17. Working Deck Fire Protection Capability: The vessel shall provide fire-fighting coverage of all GFE on deck. 18. Communication/Navigation Equipment: The vessel shall provide ship-to-ship and ship-to-shore voice communications on marine band radio. The vessel shall also provide a four 4sqft clear desk top areas with personnel access on the Bridge with a 120v 60 Hz power supply for the Portable Navigation Tracking and Communication System (PNTCS) Command Console and Secure Communications system. The vessel shall also provide space on the mast for the temporary installation of four whip antennas of approximately six foot in length. 19. Berthing/Messing: The vessel shall provide berthing accommodations and hot meals for 10 mission personnel (9 male and 1 female). Berthing shall conform to USCG standards. Adequate showers, heads and laundry shall be provided. All accommodations shall be air conditioned/heated. 20. Port Services: It is anticipated that the vessel will be berthed IVO Joint Base Pearl Harbor Hickam or Honolulu, HI. The Contractor shall employ an agent to arrange for all port services on a reimbursable basis (if not provided directly by the Government) during this charter. Port services shall include tugs, pilots, berthing, potable water, shore power, trash and garbage removal, oily waste removal, sewage removal, hazardous materials removal, line handlers, dedicated telephone service, and liberty launch services. Additional services that may be required include welding aboard the ship as needed / required to accomplish the mission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/659f6da782ec11c6be842b95f24b330f)
- Place of Performance
- Address: Hawaii, United States
- Record
- SN03671798-W 20150320/150318235156-659f6da782ec11c6be842b95f24b330f (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 |