Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1995 PSA#1409

United States Special Operations Command, Directorate of Procurement, 2418 Florida Keys Ave, MacDill AFB, Florida 33621-5316.

19 -- NAVAL SPECIAL WARFARE RIGID INFLATABLE BOAT (NSW RIB) SOL USZA22-95-R-0045 DUE 112995 POC Marc Tormey (813)840-5457; LCDR Christopher Paddock, Contracting Officer (813)840-5448 This announcement is released to inform the contractors interested in the Naval Special Warfare Rigid Inflatable Boat (NSW RIB) requirement published in the May 31, 1995 issue of the CBD, of the rescheduling of the Industry Viewing and the release date of the Request For Proposal (RFP). As delineated in the June 15, 1995 CBD, the RIB program management and contracting function have been transferred to U.S. Special Operations Command (USSOCOM). The industry viewing is re-scheduled for 21 September 1995 from 9:00am to 2:00pm and will be held at the Naval Amphibious Base (NAB), Special Boat Unit Twenty (SBU-20), Little Creek, VA. All attendees will be provided written background information, lessons learned in previous procurements, and operating experience with similar boats currently in service. The viewing will consist of an opportunity for potential offerors to examine the boat currently being used for the intended mission and a fully outfitted Detachment Deployment Package (DDP). This is a viewing only, questions will not be entertained, and only the above stated written material will be provided. Interested parties who will attend the industry viewing must submit a request to NAB Little Creek, including: Visitor's Name, SSN, Employer, Company Position, Address, Phone Number, Date(s) of Visit, and Purpose of Visit. This information should be sent via facsimile to; (1) NAB Little Creek Security Office, Attn: Pass and I.D. Office at (804) 363-4042; (2) SBU-20 at (804) 363-4306, Attn: Lt. Hoyt; and (3) the USSOCOM, Attn: SOKO-Z, Marc Tormey at (813) 840-5481. Prior to gaining entrance to NAB Little Creek, visitors must obtain a visitor pass from the Pass and I.D. Office located outside Gate 5 at NAB Little Creek. Directions from the Norfolk International Airport to NAB Little Creek are as follows: Upon exiting the airport, take Azalea Green Road to Interstate 64E. Follow this interstate and exit at North Hampton Boulevard. Follow North Hampton Boulevard, toward the Bay Bridge Tunnel, until you reach Independence Boulevard, take this exit North, then follow the signs to NAB Little Creek. The Pass and I.D. Office is at the intersection of Independence Boulevard North and Shore Drive. Directions within NAB Little Creek from Gate 5 to the SBU-20 can be obtained from the Pass and I.D. Office. The use of photographic equipment is authorized only for RIBs that will be shown as examples. Interested parties not attending the industry viewing may request the written materials via facsimile (813) 840-5481 from Marc Tormey. The USSOCOM requirement includes seventy-two (72) NSW RIBs, seventy-two (72) trailors, thirty-six (36) Detachment Deployment Packages (DDP); plus a tentative estimate of approximately eighteen (18) replacement boats per year thereafter. USSOCOM intends to procure RIBs which will use and exploit NDI technology and commercially available marine component. Offerors must have a proven, mature design. Offerors proposing innovative, new boat designs or extensively modified boats will not be considered for award. The NSW RIB must be air transportable in C-130 and C-141 aircraft while loaded on its trailor. This program will be executed in two phases under a single contract. Phase I, a full and open, unrestricted competition will result in the award of at least two contracts for one test article each to be delivered fourteen weeks after award and will include associated supply and maintenance support during development and operational testing for those boats. The Phase I contract will be awarded on a cost plus fixed fee type basis. Phase II, will be the execution of an option for the LRIP/LLTM/full rate production on a requirements type basis with provisions for firm fixed pricing. The anticipated quantity is at least seventy-two boats. The required delivery rate capability of two per month must be clearly demonstrated by the contractor. The selection of contractors will be accomplished through a source selection process which includes a preliminary evaluation and elimination of contractor proposals with no real chance of award, and a down-select, performed among the selected test boats. Government test results obtained during Phase I testing along with the technical and price proposals will be evaluated together to determine the best value to the Government. Upon completion of the developmental and operational testing and selection of a single boat, the contract option associated with the selected boat will be exercised for the LRIP/LLTM/full rate production quantity. Offerors may submit no more than one proposal. The anticipated release date of the formal RFP is 28 September 1995 with the due date approximately sixty (60) days thereafter. The following are the general characteristics of the NSW RIB: (1) Length: no more than 11 m ((36 ft); (2) Beam: maximum of 2.74 m (9 ft) hard beam on rigid hull with sponson deflated or off; (3) Height: (on trailor) maximum of 2.61 m (103 in); (4) Weight: a maximum of 6,364 kg (14,000 lbs) with an objection of 4,536 kg (10,000 lbs)(variable payload not included) for a boat complete and ready for service in all respects including: three crew at 114 kg (250 lbs) each, liquids in machinery at operating levels, full fuel, weapons and specified items of outfit; (5) Variable Payload is 3,200 lbs to include eight passengers with gear at 125 kg (275 lbs) per passenger, plus 454 kg (1,000 lbs) of mission essential equipment; (6) Propulsion: inboard diesel fueled engine(s) with waterjet(s) propulsion; (7) Hull/Sponson: the hull shall be fiber reinforced composite or aluminum hull. The sponson shall be either air filled using continuous multiple chambers or closed cell semi-rigid foam. Both sponson types shall be protected by an outer covering; (8) Speed: a minimum top speed of 34 knots at a full load in sea state 0, with an objective of 40 knots in sea state 0, and a cruising speed of 27 knots or more at full load in sea state 2; (9) Range: a minimum of 150 nautical miles with an objective of 175 nautical miles with 90% fuel usage at full load, range will be calculated at cruise speeds; (10) Operational Environment: operable routinely in sea state 3 and survivable in seas up to sea state 5; (11) Electrical: 24 VDC with a 12 VDC power converter; (12) Navigation: commercial surface search radar, GPS and speed/depth sounder installation; (13) Human Factor: a soft dry ride at cruising speed, and quietness are desired. Specific details will be provided in the solicitation. All requests must be in writing. (0222)

Loren Data Corp. http://www.ld.com (SYN# 0261 19950811\19-0001.SOL)


19 - Ships, Small Craft, Pontoons and Floating Docks Index Page