Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2007 FBO #2140
MODIFICATION

19 -- Joint High Speed Vessel (JHSV) Updated Pre-Solicitation Notice

Notice Date
8/31/2007
 
Notice Type
Modification
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
20376
 
Solicitation Number
N0002407R2219
 
Archive Date
1/1/2008
 
Description
This is an update on the JHSV Pre-Solicitation Notice that was previously posted on 25 July 2007. For convenience, the previous notice is restated below with a revised release date of on or about 31 August 2007</p> The Naval Sea Systems Command plans to issue an unrestricted solicitation (N00024-07-R-2219) for the new acquisition of the Joint High Speed Vessel (JHSV) on or about 31 August 2007. The JHSV program will provide high speed, shallow draft transportation capability to support the intra-theater maneuver of personnel, supplies, and equipment for the Armed Services. The JHSV will be a U.S. flagged new construction ship classed in accordance with American Bureau of Shipping (ABS) Guide for Building and Classing- High Speed Naval Craft (HSNC) standards, certified by the United States Coast Guard (USCG) and designed and built in conformance with Safety of Life at Sea (SOLAS) requirements and other commercial and regulatory body rules and regulations as applicable. The ship will receive a Panama Canal/Universal Measurement System (PC/UMS) Net Tonnage Certificate.</p> The JHSV will provide helicopter facilities certified in accordance with the JHSV P-Specification. The maximum length overall shall not exceed 137.16 m (450 ft) (threshold); 121.92 m (400 ft) (objective). The maximum beam shall not exceed 32.31 m (106 ft) (threshold/objective), the maximum navigation draft shall not exceed 4.57 m (15 ft) (threshold); 3.05 m (10 feet) (objective). The JHSV shall be capable of performing mission operations in a Sea State 3 with wave heights of 1.25 m (4.27 ft) (threshold/objective) and surviving in Sea State 7. The ship will be designed for a maximum crew accommodations of 41 persons berthed in staterooms, have permanent berths for 104 embarked troops, and have 312 airline style seats for embarked forces. Dedicated interior Roll-on/Roll-off mission deck size of no less than 1,858.06 m2 (20,000 ft2) is required. The ship is required to be fully supportable within the current commercial and DoD supply chains. JHSV shall be capable of t! ransporting 544.31 MT (600 st) (threshold); 635.03 MT (700 st) (objective) of personnel, supplies, and equipment 1200 nautical miles (NM) at an average speed of 35 knots in a significant wave height of 1.25 m (4.27 ft)(threshold/objective) without refueling. JHSV shall have a minimum transit range (without payload) of 4700 NM (threshold); 5200 NM (objective) at an average transit speed of 25 knots in a significant wave height of 1.25 m (4.27 ft) (threshold/objective) without refueling. </p> The Navy plans to conduct the acquisition of the JHSV as a two-phased procurement. Phase I will contract for a preliminary design with the award of multiple firm-fixed price contracts with a period of performance NTE 180 days. At the completion of Phase I, the Navy will down select to a single contractor for Phase II, Detail Design and Construction of the lead ship with options for up to seven (7) follow-on ships. Phase II contract award will only be made to a contractor that was awarded a design contract as a part of Phase I. The planned date of Phase I contract award(s) is the 1st Quarter FY08. The RFP will include a Performance Specification. Phase II will be awarded to the responsible offeror whose proposal represents best value to the Government, price and other factors considered. The planned date for award of Phase II is 4th Quarter FY 2008. The first Ship delivery is planned for FY 2011. </p> The NAICS Code for the JHSV procurement will be 336611 (Ship Building and Repair). Companies capable of building ships with proven commercial construction methods are encouraged to submit a proposal. Inquires/questions concerning this announcement may be e-mailed to Ms. Suzanne Blagg, Suzanne.blagg@navy.mil AND Mr. Stephen V. Piasecki, stephen.piasecki@navy.mil . This synopsis, future synopses, the RFP when posted, and any Amendments will be posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce On-Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopses and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. </p> NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-OCT-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002407R2219/listing.html)
 
Record
SN01429230-F 20071006/071004225355 (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  © 1994-2020, Loren Data Corp.