SOLICITATION NOTICE
19 -- Special Operations Craft Riverine (SOCR) Replacement
- Notice Date
- 10/1/2009
- Notice Type
- Presolicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-10-R-0001
- Point of Contact
- Sandra L Smith, Phone: 813-826-7335, Christine E Johnson, Phone: 813-826-6038
- E-Mail Address
-
smiths1@socom.mil, johnsc1@socom.mil
(smiths1@socom.mil, johnsc1@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Special Operations Command (USSOCOM) Combatant Craft Program Management Office is conducting this industry market survey to determine the available contractor base for the build of a Special Operations Craft Riverine (SOCR) replacement. The SOCR replacement shall provide US Special Operations Command with the capability to insert/extract Special Operations Forces (SOF) into a riverine environment and shall have the ability to support continued operations in that environment. Tactically, insertion/extraction will most often consist of twelve crew members and/or SOF passengers. In particular, the SOCR replacement shall provide SOF with a versatile, multi-mission, riverine platform. It shall be a fast craft capable of operating in shallow, confined waters; have the ability to suppress fire or break contact with hostile forces; and possess a high degree of speed and maneuverability. The SOCR replacement shall be air transportable with trailer and air drop capable. Both transport and air drop shall be from a C-130; however air drop is not limited to a C-130. A SOCR replacement system shall consist of a craft and trailer. The contract for SOCR procurement ends on December 31, 2010. It is the Government's intention to start replacing the SOCR fleet within a year of contract ending. Notional Craft Requirements: a) Performance speed: Continuous 40 kts minimum with full fuel, organic load, and payload. Organic load includes, but is not limited to, the following: full load of fuel, craft radar, craft communications and electronic equipment, craft weapons, weapons mounts, standard mission ammunition load out, and miscellaneous tools and gear. (Estimated weight of organic equipment less fuel is 2000 lbs.) b) Acceleration: 25 kts within 10 sec and 50 yds planing. c) Range: 195 nm at 30 knots cruise speed at sea state 0 with 10% reserve fuel with organic load and payload. d) Payload: 4200 lbs minimum. e) Maneuverability: 180-degree turn in 1.0 boat length. f) Operating Environment: i) Operate in sea state 2; survive in sea state 3. ii) Capable of routine beaching and grounding at low speeds. In the full load condition and transiting at cruise speed the craft must be capable of surviving grounding, on a sand or mud flat six inches below the water surface, without suffering any major damage or loss of watertight integrity. iii) Deployable and fully operable in all environments between the equator and Arctic and Antarctic circles without degradation of required performance. (Mission capable at air temperatures between 0 degrees F and 120 degrees F with corresponding water temperatures between 28 degrees F and 95 degrees F.) g) Transportability: Single mission in one C-130; includes craft and trailer, 5 man crew, minimum of 8 passengers, mission equipment, weapons and ammo. The craft and trailer shall be loaded on a C-130 with the use of a prime mover. Launch/retrieve over unimproved river bank, and transport over improved and semi-improved roads. h) Armor: Protection against 7.62mm x 39mm armor piercing (desired) cartridge for helmsman and propulsion system plus protection against AK-47 class weapons fire, M1943 ball cartridge, for crew, passengers and propulsion system (required). i) Armament: Five standard weapons mounts (2 forward and 3 aft) capable of carrying the M-60, the M2HB, the Mk19 machine gun, and the 7.62mm mini-gun. j) Weapons Mounts: Location will accommodate widest possible field of fire, permit functioning during defensive maneuvering, and provide ammunition storage and power supply for the 7.62 mini-gun. k) Safety: Craft design shall ensure the safety of operating and maintenance personnel. The craft shall use diesel fuel at a minimum with a desire to use JP-5 and JP-8. l) Draft: The threshold static draft will be 2.2 feet with full fuel, all standard organic equipment, and payload. The objective static draft will be 2.0 feet. m) Canopy: Craft will have a removable, folding, or retractable canopy. n) Craft shall have provisions to incorporate a gimbaled forward looking infrared (FLIR) system. The FLIR gimbal weighs approximately 40 lbs, which would be Government furnished equipment. o) Craft shall be able to incorporate a self-defense smoke obscurant system. p) An airdrop capability would require the SOCR replacement on cradle, crew, combat-equipped passengers, and support equipment to be airdrop capable from C-130 and larger aircraft. q) The craft shall include a rugged and heavy-duty trailer capable of off-road operations on unimproved roads. It will be adequately sized to support the craft in full fuel, organic load, and payload. USSOCOM is not interested in engineering analysis or paper design studies. The Command is seeking an actual available operational craft. Responses to this survey should include and state when not available: a) A detailed description of product and information on how the product meets the specified capabilities. Substantiate claims addressing the ability to meet specific craft performance requirements with data or demonstrated satisfactory performance of parent craft. b) Expected and/or current annual production rates. c) Rough order of magnitude (ROM) unit price for potential production purchases from 1 to 10 units per year for 5 years. d) ROM pricing for production drawings. e) The respondent shall demonstrate their ability to provide a craft within a 6-month timeline and provide a notional delivery schedule. The contractor shall demonstrate the ability to meet manufacturing targets and the crafts ability to meet stated operational requirements. f) Strategy for providing Contracted Logistics Support for craft repair and periodic preventive and depot maintenance at or nearby Stennis Space Center, Mississippi, with costs for 10 years. g) The respondent shall identify itself as a small or large business and, if a small business concern, whether veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or women-owned. Refer to Federal Acquisition Regulation Part 19 Socioeconomic Programs. h) Any current government contracts that are delivering craft that meet any/all requirements. i) Any government certifications applicable to the craft. When preparing responses to this survey: a) Submission shall be limited to 30 pages, including foldouts and pictures. Do not include company marketing material, corporate profiles, personnel resumes, or duplicate material from a corporate website. If this information is indeed pertinent to this survey, then provide a document reference sheet as an index for later use. b) Please submit responses electronically in PDF format. Optional Craft Demonstration: As part of USSOCOM industry evaluations, the command offers interested companies an opportunity to showcase their existing craft in a limited series of performance trials. These trials will be conducted at the contractor's desired location, within the US, with the craft under the control of the contractor's personnel. A small Government team of evaluators will witness the trials. USSOCOM is primarily interested in evaluating craft displacement and observing sprint speed, cruise speed, and fuel burn rate in 2-3 foot combined seas. If responders have a diesel-powered riverine craft and are willing to demonstrate that craft's performance, please indicate a desire to do so in your response. Also, provide the name and contact information (phone/email address) for the person at your location who will assist with coordinating/scheduling the performance trials with the Government coordinator. Companies are advised that the demonstrations shall be conducted at no cost to the Government and that no discussion, suggestions, or recommendations in regards to the SOCR or SOCR replacement programs shall be permitted. The Government is not liable for any costs related to the contractor demonstrations. The contractual point of contact is Ms Sandra Smith at 813-826-7335. All questions and electronic responses in PDF format should be sent to: smiths1@socom.mil. This is a request for information (RFI) only, and it may or may not result in the issuance of a Request for Proposal (RFP) or a RFI with more detailed requirements. Responses to this notice may not be accepted by the Government to form a binding contract. If you choose to submit proprietary information, mark it accordingly. Classified information will be accepted, but please mark it accordingly and send it via proper channels. All responses are due no later than 45 days after this announcement date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-10-R-0001/listing.html)
- Record
- SN01978536-W 20091003/091002000246-d00502a3e72ed182cc16bd368450135c (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 |