Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2015 FBO #5039
SOURCES SOUGHT

19 -- Request for Information Security Force Assistance Patrol Craft

Notice Date
9/8/2015
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323, United States
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-15-SFA-Large
 
Archive Date
9/23/2015
 
Point of Contact
Roxanne A. Gerry, Phone: 813-826-5177
 
E-Mail Address
gerryr@socom.mil
(gerryr@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The United States Special Operations Command (USSOCOM) Program Manager - Surface Systems is conducting market research to determine if a Commercially Available Off-the-Shelf (COTS) craft exists for a Special Operations Security Force Assistance (SFA) Patrol Craft Officer Coastal Craft (SFA PCO-CC). Naval Special Warfare (NSW) will use the SFA PCO-CC to teach small craft operations and maintenance to international students receiving in-residence training in the United States. SFA PCO-CC must provide a safe, reliable open-water teaching platform for NSW units. Craft Characteristics/Requirements: 1. The craft on trailer shall have a maximum beam of 11.5 feet and a maximum height of 12 feet in order to conform to existing physical infrastructure at the USSOCOM gaining command. 2. The craft shall have a minimum of 15 person capacity with seven people able to fit seated within the required enclosed cabin. 3. The minimum payload weight is 4,750 pounds. 4. The craft shall contain a minimum of two four-stroke outboard motors rated at 300hp each. 5. The craft shall contain an integrated gasoline fuel tank with fill and vent that provides for safety and increased reliability. 6. The craft shall contain a minimum of four 12-volt receptacles to power ancillary equipment. 7. The craft shall have a trailer that complies with all U.S. Department of Transportation and Federal Motor Vehicle Safety standards. The trailer shall have disc brakes and marine grade seals, lubricants, and bearings for axles and wheel hubs. The trailer shall also be equipped with a pintle type towing ring, connectors for air brake hook up, and a complete spare wheel with inflated tire mounted on the trailer in a position accessible while the craft is on the trailer. 8. The craft shall be outfitted with items to meet U.S. Federal laws and United States Coast Guard safety regulations (e.g., navigational lighting, marine band radio communications, audible signals (horn), and fire prevention). The craft shall also be equipped with a commercially available police light bar. 9. The craft shall be able to achieve a cruise speed of 30 knots with a 4,750 lb. payload weight in 3 foot 1/3 significant wave height seas, which is representative for coastal patrol missions in a training environment. 10. The craft shall have a minimum range of 200 nm at cruise speed with a 4,750 lb. payload. Range is defined as one way transit from one location to another. 11. With full 4,750 lb. payload, the craft's maximum draft shall be four feet. The maximum draft is considered to be measured at the lowest portion of the keel, not the lowest point of the outboard motor lower units when in lowest (down) position. The outboard motors shall have the ability to be raised out of the water by at least 12 inches measured from the lowest point on the lower unit when in the highest (up) position. 12. The craft shall have a climate controlled (heated, air conditioned) cabin. 13. There shall be a stainless steel smooth table within the cabin that will accommodate voyage planning use of paper nautical charts and hand held navigation instruments. The table will also include a hinged clear plastic cover to keep navigational charts flat on the table. The cabin and table configuration shall provide an unobstructed view of the navigation charts on the table by all seven passengers while the craft is at idle or transiting at low speeds. 14. The craft shall have an enclosed cabin with forward pilot console that spans the entire width of the cabin's forward bulkhead, incorporating a pass-through to access a forward cuddy cabin. The pilot console shall have two screen displays (master and slave) for every displayed function such as fuel gauges, trim/tilt, and engine parameters. In addition, the pilot console shall contain two integrated navigational displays, Furuno NavNet 3D Multi-Function Displays (MFDs), Models MFD 12, one each for an instructor and student to independently view integrated navigational screens (no substitutions). The cabin's interior will be equipped with white lighting for maximum illumination as well as red lighting to preserve night vision while underway. The cabin's forward window(s) will be equipped with wipers or other devices to ensure ample visibility for operations in inclement weather conditions. The craft shall have lockable doors to the main cabin and egress hatch(es). 15. The craft shall be capable of attaching forward and aft Mark (MK) 16, Model (MOD) 8 Stand Assembly gun mounts, two gun mounts total. 16. The craft shall be equipped for towing operations with onboard rigging for the vessel to be taken under tow, as well as rigging for the vessel to function as a towing vessel. Craft shall be able to tow the same size craft and achieve a minimum speed of 15 knots in 2 foot 1/3 significant wave height seas. 17. The craft must have engine crash bars to protect engines from damage. The crash bar must not interfere with engine trim/tilt functions or operation of the aft crew served weapon station. 18. The craft shall contain a COTS Forward Looking Infrared (FLIR) system, specifically the FLIR Systems, International (FSI) Navigator II pan and tilt with a display and controller located inside the cabin (no substitutions). 19. The craft shall contain a shock-mounted Harris High Frequency (HF) RF-7800H-MP001 radio with 128 bit citadel encryption, a 20 watt amplifier, and RJ-214 cabling, and shall use a 120-49 Four-section Vehicular HF Antenna NSN: 5985-01-539-1084 mounted on a 4246-1 Ratchet Base NSN: 5985-01-330-9443 to facilitate passage under low objects and bridges (no substitutions). Further, the craft shall have an Applied Satellite Engineering (ASE) - MC03 9505A docking station and external roof mounted AeroAntenna AT1621-142 Fixed Mast Antenna for a 9505A Iridium satellite phone (no substitutions). Connected to the Iridium phone docking station and mounted next to it there shall be a landline telephone with speaker phone and phone book memory that shall be powered by the craft. 20. The contractor shall provide a New Equipment Training (NET) course for up to 10 operators and maintenance personnel. This training shall be a one-time training event with the focus being standardized operating procedures and maintenance requirements encompassing the craft and all craft subsystems. Training shall occur at the USSOCOM gaining command. This training shall be designed to cover pre- and post-operational procedures, launch and recovery procedures, basic engineering systems troubleshooting, and general operation of the craft. 21. The contractor shall provide an Original Equipment Manufacturer (OEM) spares package in an organized container. The composition of the spares package will be determined based on final craft and subsystem characteristics. 22. The craft shall have an independent DC generator power source with the capability to operate all ancillary equipment when the craft is at anchor or moored without having to operate the outboard engines. Generator should use gasoline as the fuel source and have an electronic ignition system. The craft electrical system shall include readily-accessible shore power connections. 23. The craft shall come equipped with a weapons storage area inside the cabin to hold two M-240B machine guns and shall have external storage space for five M19A1 ammunition boxes at both the forward and aft weapon areas. 24. The craft hull and cabin superstructure shall be fabricated of aluminum. 25. The craft shall come equipped with shock mitigating seats with the instructor seat having the ability to rotate 180 degrees to face the navigational chart table. Responses to this Request for Information (RFI) shall include: 1. A detailed description of product and sufficient information to allow the Government to determine whether the craft meets the specified requirements. The craft must be currently available on the open market. When addressing the ability to meet specific craft performance requirements, substantiate any claims against the craft. 2. A Rough Order of Magnitude (ROM) for two units where a unit is one craft and one trailer. In addition, interested parties shall include pricing for an initial spares package and provide a contents inventory consisting of major component items (i.e., complete engines, radar, etc.), repair parts, and consumables. Final configuration of the spares package will be determined based upon mission critical items, long-lead items, high failure components, planned periodic and situational maintenance requirements, lessons learned, and historical equipment failure data. Indicate whether there is available pricing on a U.S. General Services Administration Schedule or other existing U.S. Government contract. 3. Separate pricing for drawings that would enable any repair on the craft by other than the OEM. It is the intention of the Government to utilize the drawings to contract for repair in the vicinity of Stennis Space Center, Mississippi. Pricing for drawings shall include the necessary technical data rights needed for repair and sustainment. 4. Business Size Standards: The North American Industry Classification System (NAICS) code for this announcement is 336611 with a small business size standard of 1,000 employees. Refer to Federal Acquisition Regulation Part 19 and annotate whether the company is a small business, veteran-owned small business, service-disabled veteran-owned small business, Historically Underutilized Business Zone (HUBZone) small business, small disadvantaged business, women-owned small business, or historically black college or university or minority institution. 5. Any U.S. Government certifications for the craft including, but not limited to, safety, air transportability, weapons for use on the MK 16 MOD 8 stand, and electronic compatibility. 6. The contractor's production lead time for two craft. When preparing responses to this RFI: 1. Limit submission package to 15 pages. Do not include company marketing material, corporate profiles, personnel resumes, or duplicate material from a corporate website. If this information is pertinent to the RFI, then provide a document reference sheet as an index for later use. 2. Format: Responses should be formatted to print out legibly as follows: A) Paper Size - 8.5 x 11 inch paper; B) Margins - 1"; C) Spacing - Single; D) Font - Times New Roman, 12 Point; and E) Microsoft Word 2007 or later and/or PDF format. 3. Submission: Only electronic submissions provided to the USSOCOM Contracting Officer will be accepted. The Contracting Officer is Ms. Roxanne Gerry, 813-826-5177, email: roxanne.gerry@socom.mil. Responses shall be submitted to the Contracting Officer within 15 days of the posting date of this announcement. 4. This is a Request for Information (RFI) only and may not result in the issuance of a Request for Proposals (RFP). If you choose to submit proprietary information, mark it according to your company specifications. 5. Optional Craft Demonstration: As part of USSOCOM market research, interested companies may offer an opportunity to showcase their existing craft at no obligation to the Government. The demonstration shall be conducted at the contractor's desired location, within the continental United States, with the craft under the control of the contractor's personnel. A small Government team will witness the trials. USSOCOM is primarily interested whether the craft meets the above requirements. Anticipated onboard test equipment will be a small handheld Global Positioning System (GPS) provided by the Government. If responders are willing to demonstrate their craft's performance, please indicate a desire to do so in your RFI response. 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. USSOCOM expects the trials will last no more than one eight-hour day. Companies are advised that the demonstrations will be conducted at no cost to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-15-SFA-Large/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03876502-W 20150910/150909000356-8ae267639ad028efed222446a9ce0341 (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.