Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2006 FBO #1710
SOLICITATION NOTICE

Y -- Design/Construction of Two 35-39 Foot Advanced Composite Light-Weigt Response Class Vessels

Notice Date
7/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133C-06-RP-0217
 
Response Due
9/14/2006
 
Archive Date
10/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division (WRAD), is requesting proposals for design/construction of two (2) 35-39 foot advanced composite, light-weight vessels. One (1) vessel is to conduct research, education, public outreach, and maritime heritage for the Channel Islands National Marine Sanctuary and the other vessel to support research, education and resource protection aimed at increasing the understanding of humpback whales for the Hawaiian Islands Humpback Whale National Marine Sanctuary. The vessels will be operating year round in and around the coastal regions of the Pacific Ocean. In the areas that are within 30 nautical miles (nm) of land, environmental conditions often include choppy, short-period wind waves (5 to 7 feet) masking larger, long-period swells (7 to 9 feet). These conditions can arise very abruptly and as such, both platforms must be able to tolerate a wide range of weather conditions. These Response Class Vessels will be staffed with one (1) operator and one (1) qualified crewmember, and a small group of passengers. The vessels design/construction must allow for ease of operations and low maintenance. The vessels design/construction must include a capability for rapid deployment requiring minimum start-up and underway procedures. The minimum vessel requirements are as follows: The vessels design/construction must be between 35 and 39 feet length overall, with a beam less than or equal to 14 feet, minimum draft is preferred; each vessel must have a 300 nm range at cruising speed including limited overnight capabilities; holding tanks for both potable and grey/black water and one head; portable and fixed fire fighting systems must be installed in accordance with CFR Chapter 46, Subchapter T, and NOAA Administrative Order (NAO) 217-103: Management of NOAA Small Boats; alternators and inverters to provide full DC for bridge electronics and clean 110 volt AC for laptops, small project-specific electronics, minimal galley equipment, and a hot water heater; both vessels must be able to accommodate 10 persons during day trips, and sleeping accommodations for up to four persons are required; two (2) diesel engines for propulsion, although a preference propellers and rudders, jets should be an option; vessels must be able to attain transit speeds of 30 knots at 90% engine load and will require the ability to reach short-term ?sprint? speeds, for emergency response purposes; maximum ?go-no-go? weather criteria will include Small Craft Advisories and/or 25 to 30 knot sustained winds with five- to six-foot wind waves; each vessel must be able to tolerate up to 40 knot winds and seven- to eight-foot wind waves, in case either one is caught in sudden or unexpected weather conditions; vessel design should allow for launch and recovery of a small boat in 16 to 20 knot winds and 4-foot seas; and the vessels? metacentric height (GM) should be calculated such that it will optimize the roll period, to prevent the vessels from being either too stiff or too tender. It is anticipated that one or more firm-fixed price contract(s) will be awarded. Performance period is estimated at 12 months. This is a 100% Small Business Set-aside. See Numbered Note 1. The North American Industry Classification Code (NAICS) is 336612 with a size standard of 500 employees. Estimated cost is between $1 and 5 Million. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR) and may register at the following web site: http://www.ccr.gov. Documents for the Request for Proposals (RFP) will be available on or about August 15, 2006, to download through the Government's website at http://www.fedbizopps.gov/. Specific vessel requirements will be posted with the solicitation. No paper copies will be issued. Interested parties should use the FedBizOpps [REGISTER AS AN INTERESTED VENDOR] and also the [REGISTER TO RECEIVE NOTIFICATION] feature which provides notification when the RFP becomes available for download and all postings associated with the solicitation, thereafter. Each potential offeror is responsible for checking this website to gain all the current information available. Any further announcements regarding this solicitation will be posted at http://www.fedbizopps.gov/. The ESTIMATED response due date is September 14, 2006, but may be adjusted based upon the actual posting date of the solicitation package. Technical questions regarding this solicitation should be addressed to judi.m.jzyk@noaa.gov. All responsible, responsive sources may submit an offer which will be considered by the Agency. Please note that this solicitation requires that a 20% bid guarantee be submitted with the proposal submission and that a performance and payment bond will be required at 100% of the award amount approximately seven (7) calendar days after award.
 
Record
SN01101927-W 20060802/060731220257 (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.