Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOLICITATION NOTICE

19 -- 30-35M Coastal Patrol Boat

Notice Date
2/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002409R2216
 
Response Due
2/27/2009
 
Archive Date
3/14/2009
 
Point of Contact
Maureen Barlow 202-781-2349 March Bishop, SEA 02222B march.bishop@navy.mil; Maureen Barlow, SEA 02225 Contracting Officer, maureen.barlow@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a reissue of sources sought N0002409R2216 with an emphasis on delivery schedules in anticipation of a potential future procurement program with the Government of Iraq. In support of the eventual turnover of security responsibilities to the Iraqi Government, expedited deliveries of these vessels is of paramount importance. Due to the vital need of this request, the Government is seeking responses from sources that can provide an accelerated delivery schedule even if the existing boat or boat design does not fully meet the characteristics listed below. As a part of the response to this RFI, interested sources should indicate which characteristics can and cannot be met. Interested sources are encouraged to propose delivery schedules that can realistically be achieved while keeping in mind the vital need of this request. The Naval Sea Systems Command is conducting market research to determine the existence of a Coastal Patrol Boat possessing the characteristics listed below (same characteristics as the original N0002409R2216). We will also consider existing boats or proven designs that come close to possessing these characteristics if this will help to accelerate the delivery schedules. The boats would be procured under a Foreign Military Sales (FMS) case and would operate in the Arabian Gulf off the coast of Iraq: a.Hull length at least 30 meters and up to 35 metersb.Speed requirement of 30 knots at full load displacement under tropical conditions (air temperature 450 C and sea water temperature 370 C) in calm waterc.Endurance: 6 days (10 knots continuous cruising)d.Range: TBDe.Fully operational in Sea State 3 and survivable in Sea State 5 conditions f.Accommodations: 22 bunks (4 officers/18 crew) g.Mono-hull design made of marine grade aluminum h.Designed to meet the Convention on International regulations for the prevention of Collision at sea (COLREG), 1972, with subsequent amendmentsi.Designed to meet American Bureau of Shipping (ABS) Guide for High Speed Naval Craft.j.The service life of the hull and main machinery shall be 25 years. k.Galley and associated spaces equipped to sustain 24 hour per day use. There shall be separate officer and crew messing facilities.l.At least two bilge pumps shall be installed each capable of pumping from all machinery compartments. Design shall allow for 100% redundancy in case of failure or damage to any of the bilge pumps.m.Fixed eductors fitted in all machinery spaces as back-ups to the main bilge pumps.n.Standard sensors, indicators and gauges shall be fitted in all places where monitoring is required. Remote monitoring shall be incorporated into all piloting stations.o.All main engines, electrical power generation prime-movers and specific machinery to be provided with normal automatic protection devices for emergency shutdownp.Main engines, generators, and other machinery shall be provided with automatic protection devices for abnormal conditions. q.Monitoring, alarm and warning circuits shall be installed to provide audible and/or visual signals when abnormal or dangerous conditions occur. Circuits shall be provided to detect and indicate conditions such as fire, smoke and flooding. Alarm panels shall be located on the bridge and at the Engineer's Monitoring Station (EMS).r.Liquid storage tanks shall have tank level indicators (TLIs). High and low level alarms shall be provided as applicable. s.Two marine diesel engine generator sets shall be provided each capable of carrying 110% of the anticipated normal operational load. The power system shall be alternating current (AC) at 380v, 50 Hz, 3-phase. Other sources such as 240 VAC and 24 VDC shall be derived from the 380 VAC.t.Each auxiliary engine shall be a continuous duty, electrically started, four stroke, water cooled, and turbo-charged diesel engine.u.Each generator shall be capable of serving as the standby generator.v.An emergency generator shall be provided capable of supplying all vital loads necessary for safety of navigation and weapon system operation.w.Control and monitoring shall be consistent with traditional patrol boats of this size. Primary throttle control of propulsion engines and steering shall be in the pilot house. A secondary control shall be provided in the main engine room as well as all other piloting stations. Primary monitoring of machinery will be at the machinery and switchboards as relevant. Secondary monitoring for main and auxiliary engines shall be provided on the bridge and at the EMS.x.Propulsors: Fixed Pitch Propellers or Waterjets.y.The radar systems shall include low power and high power antenna systems for short and long range navigation. Multi-color displays shall incorporate the complete navigation package including Radars, GPS, depth finder, compass heading, and electronic chart. All equipment shall meet applicable International Maritime Organization (IMO) standards.z.SOLAS/GMDSS - Installed equipment shall meet or exceed the requirements for Sea Areas A1, A2 and A3. This will include EPIRB and SART on the boat, in each life raft and on the 5.4 meter RHIB. Inmarsat-C SafetyNET receivers and 2187.5 MHZ DSC alert receiver system will be installed on the bridge.aa.The patrol boat shall be capable of launching and recovering one 5.4 meter RHIB. This can be accomplished either by a deck mounted crane or a launch and recovery stern boat ramp. One 5.4 meter inflatable boat will be provided. bb.Tactical Communications - Radios shall include HF, VHF, and UHF civilian and military frequency ranges, capable of voice and data modes of operation.cc.Command and Controla.There shall be a dedicated command and control space. The command and control system shall include the gun control system, navigation radars, tactical communications and the ability to send and receive data. It shall also include FLIR and AIS. Harris Battle Force email systems will allow data transfers to and from the vessel.b.The tactical communications system shall allow the collected non-encrypted target data to be transmitted to any compatible shore station or to another vessel. Through the use of the RAYMARINE V6.1 software and a Windows-based computer system, the targets on the radar systems can be transferred to a Windows-based system and then be sent via the Battle Force email or internet.c.The Command and Control space shall be equipped with multi-display screens, to include visual FLIR image, navigation, target tracking, and target identification via AIS, or any combination of each.dd.Ammunition, Guns and Mountsa.Space shall be provided for one medium range remotely operated gun (30mm), one manually operated 50 cal machine gun, and two manually operated M240 machine guns. All weapons will be provided as GFE.ee.Storage shall be provided for first and second line ammunition.ff.HVACa.Air conditioning and heating shall be provided for all habitable spaces. The system shall be water cooled and shall meet the following design criteria: Summer (Dry bulb)= Outside air (temperature= 50 degrees Celsius, relative humidity= 90 percent), Inside air (temperature= 24 degrees Celsius, relative humidity= 50 percent). Winter= Outside air (temperature= 0 degrees Celsius, relative humidity= 50 percent), Inside air (temperature= 24 degrees Celsius, relative humidity= 50 percent).gg.Life saving equipment shall be in accordance with the latest SOLAS requirements for this size of craft and the intended service.hh.Fire fighting equipment shall be in compliance with the latest SOLAS requirements for this size of craft and the intended service. It is anticipated that 15 boats may be procured, with the total quantity to be delivered FOB origin. The quantity of boats is subject to change. Interested sources are encouraged to submit a capability summary that does not exceed five (5) pages in length describing their boat and firms recent relevant business experience and their approach in meeting the requirements stated above with emphasis placed on their approach/strategy to meeting accelerated delivery schedules. Responses should include: (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) A description of craft currently offered by the contractor that meet or come close to meeting the above listed requirements. All offered craft characteristics should be identified for chart comparison to the requirements listed above. If above requirements cannot be met, identify what is achievable with minor modifications; (! d) An estimated unit price, (e) delivery schedules with a discussion on the strategy and approach to realistically achieving these schedules, and (f) 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. Where to submit: Email responses or inquiries should be sent to Ms. Maureen Barlow at maureen.barlow@navy.mil and Ms. March Bishop at march.bishop@navy.mil. To help ensure proper receipt, name the email "Coastal Patrol Boat Response" in the subject field. Information may also be sent to the following address: Commander, Naval Sea Systems Command, Attention Maureen Barlow Code 02222, 1333 Isaac Hull Avenue SE Stop 2020, Washington Navy Yard, DC 20376-2020. 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 27 February 2009. 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. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum.. 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. Future information, if any, will be posted at the websites for FBO and NECO, the same sites where this announcement is posted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6a094c0d35153dc2af179699803aa4f3&tab=core&_cview=1)
 
Record
SN01750555-W 20090215/090213220055-6a094c0d35153dc2af179699803aa4f3 (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.