SOLICITATION NOTICE
19 -- Unmanned Underwater Vehicle (UUV) Transportation and Support - Synopsis
- Notice Date
- 8/28/2015
- Notice Type
- Presolicitation
- NAICS
- 483111
— Deep Sea Freight Transportation
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N62387-15-R-2036
- Point of Contact
- James R. Wood, Phone: 7574433974
- E-Mail Address
-
James.Wood4@navy.mil
(James.Wood4@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis MILITARY SEALIFT COMMAND N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE PRESOLICITATION SYNOPSIS Military Sealift Command Synopsis Unmanned Underwater Vehicle (UUV) Transportation and Support •1. Action Code: Presolicitation •2. Date: 28 August 2015 •3. Year: Fiscal Year 2015 •4. Contracting Office Zip Code: 23511 •5. Classification Code: 19 - Ships, small craft, pontoons & floating docks •6. Contracting Office Address: 471 East C Street, Norfolk, VA 23511 •7. Subject: Unmanned Underwater Vehicle (UUV) Transportation and Support •8. Proposed Solicitation Number: N62387-15-R-2036 •9. Closing Response Date: Anticipated release and closing dates: 07 Setpember 2015 - 14 September 2015 •10. Contact Point or Contracting Officer: James Wood (Contract Specialist), James.Wood4@navy.mil •11. Contract Award and Solicitation Number: TBD •12. Contract Award Dollar Amount: TBD •13. Contract Line Item Number: TBD •14. Contract Award Date: TBD •15. Contractor: TBD •16. Description: Military Sealift Command, Special Mission Ships Program Office (PM2) requires one (1) U.S. flag, Jones Act vessel/Tug & one (1) Barge for providing transportation and operational support for a large diameter autonomous unmanned underwater vehicle (UUV). The contractor shall provide operational and logistic support services by providing vessel(s) for the transit, deployment, and recovery of the UUV and related support equipment. The vessel chartered under this requirement shall meet the minimum characteristics as described below: Certification: Vessels must meet all federal, state, and local regulations for the operations they will be conducting. Lay Days: Commencing and cancelling on 14 October 2015 at 0800. Government Furnished Equipment Support: The government-furnished equipment (GFE) listed in section 8 will be loaded on the vessel by the Government and secured on deck by the Contractor. The Contractor is responsible for providing welded deck sockets, d-rings, sea fastening chains and straps to secure equipment to the deck. Qualified Personnel: The contractor shall provide the appropriate number of qualified personnel (load masters, line handlers, welders, etc.) to safely conduct all aspects of mobilization, launch, recovery, and demobilization of the UUV and associated support equipment. Vessel Crew Citizenship Requirement: All crew members must be US citizens. All crew are required to be cleared for access to the Navy Facility. Their names need to be provided in advance of on-hire to ensure they can be cleared. Procedures: The contractor shall review and comment on a Government-provided UUV launch and recovery procedure to ensure that the procedure is safely executable using the contractor's equipment. Deliverables: The contractor shall provide a Tow And Contingency Plans For Demonstrations Drafted IAW Navy Tow Manual and an Emergency/Salvage Plans following plans no later than 5 days after award: http://www.supsalv.org/00c2_publications.asp?destPage=00c2&pageId=2.7 Communication Equipment: The vessel shall be equipped with Iridium (or equivalent) satellite telephone capability for project use. UUV Scaffolding: The contractor shall provide scaffolding for safe access to the full top deck of the UUV IAW OSHA, USCG, or ABS fall protection standards. Top deck of the UUV will be approximately 126 inches above the vessel's deck. Messing and Berthing: The vessel shall be able to provide messing and berthing for one (1) sponsor rider to and from NBK. Messing and berthing are not required while at NBK. Desk Wash: The contractor shall ensure that all loaded equipment is safe from deck-wash. This includes staging equipment (CONEX working containers and equipment listed in section 8) above deck-height if necessary. The cradled UUV will already be at a sufficient height so that it will not require deck wash protection. Support: The contractor shall provide vessel(s) capable of transporting the loaded GFE from NASNI to NBK and return (approx. 1300 nm each direction), and towing of the UUV between NBK and Dabob Bay (approx. 3 nm). Vessel will be required to stay in the vicinity of the range when the UUV is deployed Pier Access: Contractor shall provide the required equipment (i.e. brows) to provide personnel safe access to/from pier and tow vessel(s) while in port. Casualty Scenarios: The Contractor shall provide the following equipment/services to support a casualty event: two (2) Taylor buoys rated at a minimum of 1000 lbs. buoyancy each (or provide smaller buoys that add up to an equivocal buoyancy capacity). Vessel Deck Loading: The UUV shall be secured to the vessel via a government-provided cradle system. The cradle system consists of two 84-inch wide by 145-inch tall cradles (each weighing 20,000 lbs.) and two 12.5-inch wide by 495-inch long I-beams that are used for aligning the cradles and securing them to the frames under the vessel decking. The cradle system will be welded to the deck and underlying framing. All welding and burning services shall be completed by the contractor. The vessel must provide sufficient deck space to accommodate the installation of the two cradles (separated by 375 inches) wit h a 78-foot long UUV installed inside. •17. It is anticipated that award will be made in September of 2015 and the required start date is 04 October 2015. •18. The charter period for this requirement is as follows: About 38 Days •19. Place of Contract Performance: The services will be performed from Naval Air Station North Island (NASNI), San Diego, California, to Naval Base Kitsap-Bangor (NBK), Silverdale, WA. Operational Support will be provided in Hood Canal/Dabob Bay, WA. •20. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. •21. The solicitation will be made available to interested parties through Federal Business Opportunities online at www.fbo.gov. •22. This procurement will be solicited utilizing full and open competition. •23. Market survey PM2-15-056 was issued on 19 Auguest 2015 and received one response (small business). The Military Sealift Command's Small Business Office concurs with the determination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/125e181a32ef2ba252c06367ef626275)
- Place of Performance
- Address: San Diego, California, United States
- Record
- SN03862288-W 20150830/150829000132-125e181a32ef2ba252c06367ef626275 (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 |