Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SPECIAL NOTICE

99 -- SURFACE CONNECTOR (X), RECAPITALIZATION OF THE US NAVY LANDING CRAFT UTILITY (LCU) 1600 CLASS

Notice Date
8/1/2012
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412SNA72
 
Archive Date
1/31/2013
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT NOTICE IS REQUEST FOR INFORMATION USING MARKET RESEARCH AND WILL BE USED FOR PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. THIS ANNOUNCEMENT IS FOR THE PURPOSE OF MARKET RESEARCH ONLY AND MAY OR MAY NOT TRANSLATE INTO AN ACTUAL PROCUREMENT(S) IN FUTURE YEARS. THERE IS NO FUNDING ASSOCIATED WITH THIS ANNOUNCEMENT. The Naval Sea Systems Command seeks information to identify parties having both the interest and the resources to support a potential future program which will recapitalize the Navy ™s utility landing craft (LCU). LCUs have been operational for an average of 40 years. As they reach the end of their extended operational service life, shortfalls will exist in ship-to-shore lift capabilities. This will exacerbate the inherent challenges and limitations of supporting ship-to-shore movement and operations across the Range of Military Operations (ROMO) on unimproved beaches and in diverse coastal environments. The result of this market research will contribute to the Analysis of Alternatives and potential development of the acquisition strategy for future Surface Connector (X), Landing Craft, Utility (Recapitalization) efforts. This request for information is seeking business sources in the United States capable of performing detail design and construction for up to 32 Surface Connector (X) craft. The type of work to be accomplished would include completion of a detail design (based on a Government-provided design) and construction of amphibious water crafts providing the same capabilities as the existing 32 vessels. Work would include design and integration of hull, machinery, electrical, electronic, and piping systems as well as integration of guns and a Government-furnished command, control/ communications suite into the vessel. Logistic support and technical manual development would also be required. The basic characteristics of the existing LCU include: Hull: Steel Length: approximately 135 feet Beam: 29 feet 10 inches Draft (Fully Loaded): o Forward: 4 ft o Aft: 6 ft 7.5 inches Power Plant: Diesel propulsion with Kort nozzles, 2 shafts Max Speed: 12 knots (in significant wave height 3.5ft - 5 ft) Endurance at Sustained Speed: 1200 NM at 8 knots, fully loaded Lift Capacity: 170 Short tons cargo, or 400 passengers, or 350 troops or 2 M1A1 Tanks (with plow) Bow and Stern Ramps (capable of repeated beach landing impacts) Crew Accommodations: 13 Independent Operations: 10 Days (crew accommodations, habitability and provisioning support) Full Load Displacement: 401 LT Stern anchor and winch Redundant mechanical systems, segregated critical systems, firefighting, dewatering, first aid PLACE OF PERFORMANCE: Contractor facility Interested builders are encouraged to respond to this announcement as soon as possible with a notice of interest to the Point of Contact listed below and then follow up with a complete response as described herein. Responses shall contain unclassified information only. Any response shall be in an electronic format and should not exceed five (5) legible pages when printed. Telephonic responses are not acceptable. In the complete response, companies should provide a summary of their capabilities and their expected ability to meet the requirements above. Responses should include: 1.Organization Name 2.Address 3.Location where the craft would be built 4.Web site address 5.Point of Contact (1)Name (2)Position/Title (3)Email address (4)Telephone number 6.Size and type of ownership for the organization (1)Business size based on NAICS code, CAGE code, and Dun and Bradstreet number (2)Number of employees (3)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. The NAICS code related to the LCU is 336611. 7.Description of available ship/craft construction facilities 8.Number of craft throughput needed per year for optimal construction learning curve and lowest cost per craft 9.Past experience performing detail design and construction of ocean going vessels of similar dimensions and characteristics highlighting: (1)Design/Engineering capability - i.Organic or subcontracted? ii.Teaming arrangement? (2)Familiarity with Government contract requirements i.Give examples of successful Government contracts completed WHEN TO SUBMIT: The complete response is requested to be provided via email by 3:00PM (EDT), 31 August 2012 to the point of contact listed below. NOTICES REGARDING SOLICITATION: This request for information does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SPECIAL NOTICE. The Government may not respond to any specific questions or comments submitted in response to this request for information or information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. NOTICE REGARDING PROPRIETARY INFORMATION: All submitted materials will be designated for Government Use Only. Third party support contractors who have executed non-disclosure agreements may have access to the information provided. Any information submitted which is to be provided and reviewed by Government personnel only shall be clearly marked as such. Otherwise, the Government shall construe consent has been given to allow access to the information by any relevant third party support contractor. IMPORTANT - Any email containing export controlled information must be marked FOUO and use encryption. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Future information on the Surface Connector (X) regarding Industry Days or other events will be posted at the websites for FBO and NECO (www.neco.navy.mil), the same sites where this announcement has been posted. An industry day/briefing will notionally be scheduled after completion of the Surface Connector (X) Analysis of Alternatives. POINT OF CONTACT: Linda C. Squires, Contracting Officer, linda.squires@navy.mil CONTRACTING OFFICE ADDRESS: Naval Sea Systems Command Linda C. Squires, Code SEA 02242 1333 Isaac Hull Ave., SE. Washington, DC 20376-2101
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412SNA72/listing.html)
 
Record
SN02823096-W 20120803/120801235912-69b8cd2cbda371c9bc19e136f6221065 (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.