Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SPECIAL NOTICE

23 -- DEVELOPMENTAL MARTIME LAUNCH AND TRANSPORT TACTICAL TRAILER

Notice Date
7/10/2012
 
Notice Type
Special Notice
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
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
H92222-12-R-0064
 
Archive Date
9/8/2012
 
Point of Contact
Jennifer A. Metty, Phone: 8138267975, Roxanne A. Gerry, Phone: 813-826-5177
 
E-Mail Address
jennifer.metty@socom.mil, gerryr@socom.mil
(jennifer.metty@socom.mil, gerryr@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The United States (U.S.) Special Operations Command (SOCOM) Combatant Craft Program Management Office intends to negotiate and award a sole source contract to Oregon Iron Works, Inc., 9700 Southeast Lawnfield Road, Clackamas, OR 97015, in accordance with Title 10 U.S.C. 2304(c) (1), only one responsible source and no other supplies or services will satisfy the agency requirements IAW FAR 6.302-1(a)(2)(ii). This notice of intent is not a request for competitive proposals. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Oregon Irons Works (OIW) shall design and develop a Maritime Launch and Transport Tactical Trailer for the SEAL Insertion, Observation and Neutralization (SEALION) technical demonstration crafts. The tactical trailer developed under this contract will fit either SEALION craft. Both SEALION craft are currently 77'6" in length, have a 14'4" beam, and weigh approximately 72,000 pounds each. These craft are operationally controlled by Naval Special Warfare Group Four (NSWG-4) at Naval Amphibious Base Little Creek, VA, and are undergoing continued developmental and operational testing by the Department of the Navy and NSWG-4. The SEALION is an aluminum-hull, high-speed, low visibility watercraft designed to demonstrate new technology in advanced hull forms, human systems engineering and interface, and modular mission packages. The design incorporates innovative construction and fabrication techniques for vessels capable of operations in harbors, rivers, and open seas. OIW is the only source with the unique knowledge, expertise, and experience combined with manufacturing capability that can design and build a SEALION trailer with the abilities to be self supported on both ends by steerable turn table type axle / wheel assemblies, allowing the trailer and craft to be pulled from either the bow or stern of the craft as needed to best support the requirements of loading, launching, and recovering. The trailer shall be pulled by a Government furnished prime mover from the bow end during over the road transportation and wet launching, and by the stern end during loading / unloading on a C-17 aircraft or the well deck of a ship. The steering capability of the trailer requires the ability to be locked out on each end and provide steering at only one end during transport operation. The C-17 trailer system with and without the craft loaded shall distribute the load across the aircraft cargo floor to acceptable levels as identified in MIL-HDBK-1791, Designing for Internal Aerial Delivery in Fixed Wing Aircraft. The SEALION crafts were acquired as technology demonstration vessels and therefore detailed manufacturing data is currently unavailable to support the tactical trailer design and development effort. The extensive experience and expertise with the SEALION design and fabrication makes OIW uniquely qualified to construct the SEALION trailer. SEALION incorporates highly specialized materials and manufacturing techniques necessary to satisfy advanced technical requirements. Because of the size, weight, and unique design of the SEALION, any other trailer manufacturer would require a greater amount of time and cost than OIW to research and analyze SEALION craft prior to the design effort. This extra time would interrupt, delay, and increase the Government's cost of the ongoing operational testing of SEALION. A greater amount of Non-Recurring Engineering (NRE) costs would be incurred prior to fabrication of the trailer. The combination of the increased time and cost to develop and design the trailer, plus the increased NRE costs, makes OIW not only technically the most qualified, but also the best value for the Government. This action will result in a contract for one SEALION trailer, a time and materials option for technical support and / or design modifications as required based on government testing and proof of concept deployment findings, and shall include an option to procure a second trailer. The total estimated maximum value of this action is $1,350,000, including the options. The base period of performance shall begin September 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-12-R-0064/listing.html)
 
Place of Performance
Address: 9700 SE Lawnfield Rd, Clackamas, Oregon, 97105, United States
Zip Code: 97105
 
Record
SN02798466-W 20120712/120710235632-6c892eb321de9cbdc9046b015002a1ee (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.