Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOURCES SOUGHT

19 -- Fast Patrol Vessels

Notice Date
12/22/2010
 
Notice Type
Sources Sought
 
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
N0002411R2213
 
Response Due
1/17/2011
 
Archive Date
2/1/2011
 
Point of Contact
Mr. Brett Bikowski - Contract Specialist
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command is conducting market research to determine the availability of new construction of thirty (30) Fast Patrol Vessels. The Fast Patrol Vessels would be procured under a Foreign Military Sales (FMS) case and would operate in the harbors and coastal waters of Saudi Arabia. Existing vessels or conversion vessels will not be considered. All information, data, and drawings submitted in response to this announcement will be considered œopen source  and available for unlimited public distribution. The Naval Sea Systems Command will be forwarding all information, data, and drawings submitted in response to this announcement to the Government of Saudi Arabia. Since the data submitted will be forwarded to the Government of Saudi Arabia, all information must be received without restrictive markings. Do not submit proprietary data with the information provided. Responses must meet the characteristics listed below: a.Hull length: 35-45 meters b.Monohull c.Flybridge required d.Maximum Draft: Not to exceed 2 meters e.Speed: 35+ knots at full load displacement under tropical conditions (air temperature 45 ēC and sea water temperature 37 ēC) in calm water f.Endurance: 6 days g.Range: 1000 nautical miles h.Fully operational in Sea State 3 and survivable in Sea State 5 i.Accommodations: 20 bunks, separate Officer and Crew messing/berthing facilities j.Designed to meet the Convention on International regulations for the prevention of Collision at sea (COLREG), 1972, with subsequent amendments k.Designed to meet American Bureau of Shipping (ABS) Guide for High Speed Naval Craft. l.Standard sensors, indicators and gauges shall be fitted in all places where monitoring is required. Remote monitoring shall be incorporated into all piloting stations. m.All main engines, electrical power generation prime-movers and specific machinery to be provided with normal automatic protection devices for emergency shutdown n.Main engines, generators, and other machinery shall be provided with automatic protection devices for abnormal conditions. o.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). p.Two marine diesel engine generator set s shall be provided each capable of carrying 110% of the anticipated load. The power system shall be alternating current (AC) at 380v, 50 Hz, 3-phase. Other sources such as 240VAC and 24 VDC shall be derived from 380 VAC. q.Propulsors: Fixed Pitch Propellers or Waterjets r.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. s.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. t.The patrol boat shall be capable of launching and recovering one 7 meter RHIB via a launch and recovery stern boat ramp. One 7 meter inflatable boat will be provided. u.Sensor Requirements: a.3D radar b.Electro-optical/infra-red (EO/IR) visual gunfire control system v.The FPV shall be capable of launching and recovering one 7 meter RHIB. This shall be accomplished by a stern launch/recovery ramp. w.Tactical Communications: Radios, including HF, VHF, and UHF civilian and military frequency ranges, capable of voice and data modes of operation, will be provided as GFE. x.Covered voice/SATCOM will be provided as GFE y.Link16 will be provided as GFE z.Command and Control “ There shall be a dedicated command and control space. The command and control system shall include gun control system, SeaRAM system controls, navigation radars, tactical communications, and LINK 16. aa.Guns & Ammunition a.SeaRAM (GFE) b.30 mm gun; stabilized. The system should use a forward looking infrared sensor, a low light television camera, and laser range finder with a closed-loop tracking system to optimize accuracy against small, high-speed surface targets. Gun can be operated locally at the gun's weapon station (turret) or fired remotely by a gunner in the ship's command and control space. c.Additional machine guns and/or grenade launchers as required d.Two Chaff launchers bb.Storage shall be provided for first and second line ammunition. cc.HVAC Requirements: Air conditioning and heating shall be provided for all habitable spaces; The system shall meet the following design criteria: Summer (Dry bulb)- Outside air (temperature= 45 degrees Celsius, relative humidity= 50 percent), Inside air (temperature= 21 degrees Celsius, relative humidity= 50 percent); Winter= Outside air (temperature= 0 degrees Celsius, relative humidity= 50 percent), Inside air (temperature= 21 degrees Celsius, relative humidity= 50 percent) dd.Life saving equipment shall be in accordance with the latest SOLAS requirements for this size of craft and the intended service. ee.Firefighting equipment shall be in compliance with the latest SOLAS requirements for this size of craft and the intended service. It is anticipated the Fast Patrol Vessels may be procured and delivered FOB origin. Interested sources are encouraged to submit a capability summary describing their boat and firm ™s recent relevant business experience and their approach in meeting the requirements stated above. Responses should include: (a) summary specification that describes the Fast Patrol Vessels offered that meets the above listed requirements (all offered patrol vessel characteristics should be identified for chart comparison). If above requirements cannot be met, identify what is achievable with minor modifications, (b) List of major equipment, including but not limited to the main propulsion engines, diesel generators, 3D radar, Electro-optical/infra-red (EO/IR) visual gunfire control system, 30 mm stabilized gun, 30 mm gun; stabilized, chaff launchers, (c) Point of contact including name, title, phone, and email addresses, (d) The location where such boats would be built, (e) An estimated unit price, (f) delivery schedules with a discussion on the strategy and approach to realistically achieving these schedules, (g) approach to integrate Weapons Control and Air/Surface Surveillance capabilities and weapon-sensor pairing functionality, and (h) 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 Mr. Brett Bikowski at Brett.Bikowski@navy.mil. To help ensure proper receipt, name the email "Saudi Arabia Fast Patrol Vessels" in the subject field. When to Submit: Responses are requested by 17 Jan 2011. Information may also be sent to the following mailing address: Commander, Naval Sea Systems Command, Attention (Code SEA 0222), 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. 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. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002411R2213/listing.html)
 
Record
SN02349722-W 20101224/101222234719-31e4d39c36438574fcb9d648ba6024e0 (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.