COMMERCE BUSINESS DAILY ISSUE OF JUNE 18, 2001 PSA #2874
SOLICITATIONS
19 -- WATERCRAFT
- Notice Date
- June 14, 2001
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
- ZIP Code
- 78150-4302
- Solicitation Number
- F41689-01-T-0013
- Response Due
- July 6, 2001
- Point of Contact
- Jerry Strubbe, Contracting Officer, Phone 210-652-2122, Fax 210-652-2304, Email jerry. strubbe@randolph.af.mil -- George Rellstab, Contract Specialist, Phone 210-652-6157, Fax 210-652-2304, Email myles.rellstab@randolph.af.mil
- Description
- STATEMENT OF WORK AIR EDUCATION AND TRAINING COMMAND (AETC) NEW WATER SURVIVAL SCHOOL PARASAIL WATERCRAFT 4 Jun 01 Attachment 1 Installation/Location/Delivery date: Watercraft to be Delivered to Naval Air Station Pensacola (NASP), FL Not later than 15 Oct 2001. 1. Summary: Det 2, 66 TRS (AETC) is soliciting the lease (with option to buy) of one modern, mission modified, commercial-off-the-shelf (COTS) parasail watercraft. Additionally, as part of this solicitation, AETC requests single delivery unit options on up to seven (7) additional similar vessels in FY 02. Vessel must be capable of student parasail launch, "drop & drag" training, and student open-water recovery. Additionally, the vessel must be compatible with Det 2's current fleet of watercraft and be of sound construction. Note: See definitions (Section 12), for a description of missions. 2. Lease Information Lease information must be submitted with the proposal. The government will review the lease, agree to or modify. However, both parties must agree to the final lease terms and conditions. Lease payment will be of equal monthly payments. 3. Pricing: Submit pricing information IAW Schedule B. Pricing will include the price of the trailer. 4. Warranty Information: Vendors are to supply overall warranty information on their watercraft, parts, subassemblies, and subcomponents including parts warranted by their individual manufacturers. No specific warranties are directed by this solicitation. 5. Basic Method of Acquisition: This solicitation is directed as a 12-month lease with a 13th month fixed price buyout option on the first vessel. The additional seven option units (vessels) will be purchased under the option CLIN as a firm-fixed price. This is scheduled during FY 02. However, this is subject to the Availability of Funds Clause. 6. Governing Product Directives: No specific MILSPEC Standards apply to this lease/purchase. This vessel should conform to US Coast Guard Standards, Regulations, and Safety Equipment for commercial (parasail) vessels (applicable to its type, weight class and horsepower) as dictated under Title 46 of the Code Of Federal Regulations (CFRs). This applies to USCG construction standards as well listed in Title 46. 7. Specific Mandatory Specifications/Requirements/Capabilities: a. Overall Specifications/Standards: Comply with all provisions of USCG Regulations, Standards, & Safety Equipment for commercial vessels applicable to its type, weight class and horsepower. b. Capacity: As a minimum, the vessel must be capable of safely carrying 2 crewmen, and 16 passengers (2 instructors + 14 students) for a total of 18 passengers, and applicable gear (students plus their gear average 285 lbs. each for an approximate a total of 5000 lbs.). This weight is in addition to fuel, fresh water, waste, and safety equipment already on board. Vessel must have adequate storage for up to 16 parasails and seat kits. Vessel must also be capable of comfortably seating 14 passengers in military parachute harnesses and life preservers. c. Specialized Equipment (General): Vessel is required to have a fixed latrine with suitable waste storage capacity to handle one full day's operations (currently the government estimates this at 35 gallons). The latrine system must comply with USCG Regulations. Vessel is required to have a fresh water storage tank with a suitable capacity to handle one full day's operations (currently the government estimates at 75 gallons). The vessel must have a suitable passenger sun/wind protection system (permanent or removable partial canopy over the forward passenger area) and detachable climate curtains which can serve as windbreak for passengers. d. Specialized Equipment/Capability (Parasail) Vessel must be rapidly convertible to the student parasail launch mission. Vessel must provide equipment for rapid automatic or semi-automatic inflation of parasails. (Pure hand inflation is not an acceptable primary inflation method.) e. Specialized Equipment/Capability (Drop & Drag Capability) Vessel must be rapidly convertible to the student "drop & drag" mission. Vessel must provide the capability/equipment to accomplish the "drop & drag" mission. Vessel's "drop and drag" system must include an abort assist assembly. The drop and drag assembly must be constructed of a material that prevents corrosion. f. Specialized Equipment/Capability (Student Recovery) Vessel must have a foldable (stowable) ladder and have the ability to recover students, 1-man rafts, and parasails in 4 to 5 ft waves. g. Size/Transportability/Launch Vessel should be easily trailerable under its own power (no use of cranes required). Vessel must be able to launch and recover from its trailer at the NASP Bayou Grande Marina and any major commercial marina. (Note: This requirement does not mean it must be able to use small municipal boat ramps). The trailer is to be included in the price. Additionally, the trailer tongue should be of sufficient length to minimize saltwater damage to the towing vehicle during launch and recovery. The trailer must be constructed of a material that prevents corrosion and be wash capable. The trailer must also have an independent braking system rated for the appropriate load with standard trailer electrical hookups. Vessel's size must not prohibit over-road transport (vessel must be over-road transportable; both on-base and commercial highways without an escort vehicle). h. Power Plant/Horsepower/Drive System Vessel must use diesel fuel. Engine size must be compatible with vessel's size and mission and provide adequate power for all missions. The use of twin engines although not specified is highly encouraged for safety and redundancy. Power plant must meet all USCG specifications. In order to facilitate all missions (drop & drag, student/equipment recovery, vessel must have a direct drive system defined as inboard engine and underhull propellers. The propeller's system must be of modern design and allow for high maneuverability of the vessel in close quarters with docks, other vessels, and students in the water. i. Operating Regime As a minimum, vessel must be offshore ocean capable within coastal waters, must be able to safely handle breakwater, and must be able to safely handle 4 to 5 ft waves and still perform its mission. j. Fleet/Mission Compatibility Vessel must be of extremely rugged design. Vessel must have equipment (docking bumpers) capable of allowing the vessel to rapidly dock with steel hull boats, aluminum hull boats, and wood docks with no damage and minimum preparations. Vessel must be able to accomplish docking on both the port and starboard sides. k. Navigation Equipment Compatibility & Wiring Navigation equipment will be government furnished. Vendor will install at the factory when vessel is pre-wired. The following equipment will be furnished: Furuno Model 841 Mark-2 Radar with Closed Array Dome, Furuno Model 1850D GPS Plotter, and a Furuno GPS (with antenna) and Depth Sounder (to be wired to the plotter). l. Communication Equipment Compatibility & Wiring Government will furnish a standard marine communication radio and antenna. Vendor will install at the factory. 8. Vendor Solution: Vendors (offerors) should propose their best solution for these requirements. These requirements are intended as threshold minimums. More that one proposal may be submitted. Each proposal will be evaluated separately. 9. Engineering Drawings Vendor's proposal should include standardized engineering schematics and applicable supporting documentation. As a minimum, drawings are to specify materials used for construction, as well as hull and deck thickness. 10. Technical Manuals, Operator and Maintenance Training, and Product Listings Vendor's proposal should include all applicable technical manuals and one week of on-site operations and maintenance training at NAS Pensacola upon delivery of the watercraft. Vendors should identify additional training needed at their factory or third party site and proposed costs (if outside the proposal). The intent is that the vendor delivers a fully functional parasail training system (vessel) (to include drop & drag capability). Identify all training plan particulars and costs in the proposal. Current and future product-lines, services and listings are also desired. 11. Location/Operation Parameters: During the lease period, this vessel will be operated/maintained principally at NAS Pensacola, FL and crewed/maintained by USCG licensed mariners from Seaward Services International under contract to US Navy and US Air Force. 12. Definitions: a. Student Parasail Launch. Students are launched from the boat through the use of an ascending device (parasail). Once the student reaches approximately 600 foot, the student is signaled and he slaps away for a parachute descent. The line is then winched in to launch the next student. b. Drop & Drag Maneuver Students are suspended in a harness on the aft deck through the use of a beam then moved out past the deck a safe distance. Students are then released through a "drop" assembly into the water. Throughout this "drop," student harnesses are attached via parachute risers to a rope to an attachment point on the boat and the boat is moving at approximately 4 to 10 kts. Students are then "dragged" behind the boat at a slow speed until signaled to release by an instructor in another boat. The attachment point for the towrope on the vessel must be at a high enough height (elevation) to prevent submarining (pulling under) the student. The intent of the maneuver is to generate a water flow over the student simulating a high wind parachute entry into the water where the still inflated parachute drags the parachutist necessitating a quick release. c. Drop & Drag Abort Assist During the "drop & drag" maneuver, student difficulties, injuries, or rope miss-management may necessitate an "abort." The "drop and drag" assist assembly when activated should allow enough additional line to play out to immediately terminate the student's "drag" while the vessel stops and a qualified rescue swimmer or instructor gets to the student. 13. Submission Instructions: It is the Government's intention to award to ONE contractor. Along with your proposal, submit your Catalogs and/or Price lists. In addition, submit whatever product literature you deem necessary. Perspective Offerors must have the financial backing to defray operating cost for at least ninety (90) days. Internet and e-mail capabilities are a must! Central Contract Registration (CCR) mandatory. Proposal MUST be received by AETC CONS/LGCU Attn: Jerry Strubbe or Myles Rellstab 2021 First Street West Building 853 Randolph AFB TX 78150-4302 Not later than the date located on the Standard Form 1449 block 8. Proposals received after the time and date indicated will be considered late and rejected. Point(s) of contact. Mr. Jerry Strubbe, Contracting Officer, jerry.strubbe@randolph.af.mil; (210) 652-2122, fax (210) 652-2304 and Mr. Myles Rellstab, myles.rellstab@randolph.af.mil. (210) 652-6157, fax (210) 652-2304.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/SCS/F41689-01-T-0013/listing.html)
- Record
- Loren Data Corp. 20010618/19SOL001.HTM (D-165 SN50O9A8)
| 19 - Ships, Small Craft, Pontoons and Floating Docks Index
|
Issue Index |
Created on June 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|