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