SOLICITATION NOTICE
19 -- Industry Design Studies for T-ATS(X) Towing, Salvage, & Rescue ships
- Notice Date
- 1/12/2016
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-16-R-2207
- Archive Date
- 2/2/2016
- Point of Contact
- Ryan Brophy, Phone: 2027812605, Brenda Uyeda, Phone: 2027813928
- E-Mail Address
-
Ryan.Brophy@navy.mil, brenda.uyeda@navy.mil
(Ryan.Brophy@navy.mil, brenda.uyeda@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command plans to issue an unrestricted solicitation (N00024-16-R-2207) for Industry Design Studies for the T-ATS(X) Towing, Salvage and Rescue ships to replace the existing T-ATF and T-ARS 50 class vessels. The T-ATS(X) will operate as the primary open ocean towing vessel for the U. S. Navy, and will have salvage operations and submarine rescue mission support capabilities. The T-ATS(X) program will procure vessels based on existing commercial towing offshore vessel designs which provide similar capabilities to those needed for U.S. Navy operations. The Navy requires ocean-going tug, salvage, and rescue capabilities to support Fleet operations. The Navy's current capabilities are provided by four T-ATF 166 ocean-going fleet tugs and four T-ARS 50 class Rescue/Salvage ships. The Navy's intention is to acquire state-of-the-art commercially-available American Bureau of Shipping (ABS) classed vessels capable of performing the towing, salvage, and rescue missions described below. Vessels that are not classed to ABS Rules, Notations, and Guides must be classed by an International Association of Classification Societies (IACS) member. Routine operations of these vessels will include: Towing Deep ocean search and recovery Mobile diving and salvage unit-embarked operations Submarine rescue vessel of opportunity Oil spill response Humanitarian assistance The Navy's key requirements for the ocean-going tug, salvage, and rescue vessels are: •· Bollard Pull: minimum of 130 short tons •· Dynamic Positioning: ABS DPS-2 Notation or equivalent •· Unobstructed Deck Space: minimum of 5,000 sq. ft. of clear and unobstructed area These key requirements are mandatory capabilities that the vessel must provide. The Navy plans to conduct the acquisition of the T-ATS(X) as a two-phase procurement. Phase I will result in multiple contracts for industry studies to determine 1) if the Government's price cap is achievable; 2) whether other desired features can be incorporated and 3) what cost drivers above the price cap are in the Circular of Requirements. Multiple firm-fixed price contracts will be awarded in Phase I with a period of performance of approximately 100 days after contract award. Only Offerors having an existing commercial parent design and facilities capable of constructing the T-ATS(X) will be considered for award. The planned date for release of the Industry Studies RFP is 2 nd Quarter FY16 with planned date of Phase I contract award(s) during the 3 rd Quarter FY16. The RFP will include the T-ATS(X) Circular of Requirements. At the completion of Phase I, the Navy plans to conduct another unrestricted competition for the Detail Design and Construction acquisition phase of the T-ATS(X). An Offeror does not have to participate in Phase I to be eligible for the Detail Design & Construction Phase. The Phase I and Phase II contract(s) will be awarded to the responsible Offeror(s) whose proposal represents best value to the Government, price and other factors considered. The planned date for award of the Detail Design & Construction Phase is FY 2017. Lead Ship delivery is planned for the FY 2020. The NAICS Code for the T-ATS(X) procurement will be 336611 (Ship Building and Repair). Companies capable of building ships with proven commercial construction methods are encouraged to submit a response to this synopsis. If your firm is interested in this planned procurement, it is advised that you monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-2207/listing.html)
- Place of Performance
- Address: Contracting Office Address:, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia 20376, United States, United States
- Zip Code: 20376
- Zip Code: 20376
- Record
- SN03989293-W 20160114/160112234752-c888b20c16364bcf517a5b2ad41588e4 (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 |