60 Ft Dive Support Boat
THIS IS A DRAFT This is NOT a Request for Proposal (RFP). The purpose of this synopsis is to provide industry with a DRAFT Solicitation with Attachments for the 60' Dive Boat in anticipation of the fo... THIS IS A DRAFT This is NOT a Request for Proposal (RFP). The purpose of this synopsis is to provide industry with a DRAFT Solicitation with Attachments for the 60' Dive Boat in anticipation of the formal RFP. Review, questions, and feedback of these documents is encouraged and may be directed to: Maureen Barlow, Contracting Officer – NAVSEA 02 (maureen.d.barlow@navy.mil), Tammy Ryman, Contracting Specialist – NAVSEA 02 (tammy.ryman@navy.mil). This is for informational planning purposes and it is not to be construed as a commitment by the Government to issue an RFP, contract, or order for any actual procurement of materials, machinery, supply or service. The Government will not pay for any effort expended or any material provided in response to this announcement. All costs associated with responding to this are solely at the responding parties' expense. If information is submitted, the Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Please do NOT provide classified information or use the marking “CONFIDENTIAL” as this marking is considered classified by the Government which would require special handling of the information. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this draft solicitation. Any information provided to the Government will not be returned.
Data sourced from SAM.gov.
View Official Posting »
60’ Dive Support Boat (60DS)
This sources sought notice is in support of the N00024-21-R-22XX for the procurement of the 60’ Dive Support Boat (60DS). The 60DS procurement will be for up to six (6) boats with brand name specific ... This sources sought notice is in support of the N00024-21-R-22XX for the procurement of the 60’ Dive Support Boat (60DS). The 60DS procurement will be for up to six (6) boats with brand name specific commercial components. This boat shall be a contractor design. While the Navy intends to solicit multiple sources for the 60DS under a competitive small business set aside, the requirement specifies the following Brand Name commercial items: Cummins QSL9-290 (Brand Name) for the diesel engines, quantity two (2) per boat; ZF 325-1 (Brand Name) for the marine gear, quantity two (2) per boat; ZF 1214-1-P01 (Brand Name) for the tethered remote, quantity one (1) per boat; Aquamet 22 (Brand Name) for the shafting, quantity two (2) per boat; Amphenol ZREBB-4-C20-640SN (Brand Name) outlets, quantity three (3) per boat; Kohler 35EFKOZD 3 PHASE (Brand Name) generators, quantity two (2) per boat; Furuno TZT12F, DRS4DNXT, GP330B, SS60-SLD (Brand Name) electronic Navigation System; quantity one (1) per boat Standard Horizon GX6000 (Brand Name) for VHF Marine Band Radio; quantity two (2) per boat Shakespeare 5241-R (Brand Name) Antennas; quantity two (2) per boat Whale BP4402 (Brand Name) Manual Bilge Pump; quantity one (1) per boat Rule 14A (Brand Name) for Electric Bilge Pump; quantity two (2) per boat Ultra Safety Systems "Senior" UPS01-12Volt (Brand Name) for Float Switch; quantity two (2) per boat Bauer VEC-26-E3 (Brand Name) high pressure compressor; quantity PortaCo E-15S10 (Brand Name) Hydraulic Power Unit; quantity one (1) per boat ACR 2831 GlobalFix v4 Cat II (Brand Name) for EPIRB; quantity one (1) per boat The following brand-name or equal descriptions are presumed to have no equivalents; however, it is possible that an equivalent or potentially superior product or system may be found or become available: Airpax IUGN Series, IULNK Series (Brand Name) circuit breakers, quantity thirty-two (32) per boat; Cooper-Bussman Series 187 (Brand Name) circuit breakers, quantity ten (10) per boat; Carling Technologies C, E, and F Series (Brand Name) circuit breakers, quantity forty-eight (48) per boat; Lunasea LLB-366N-31-10 (Brand Name) flood lights, quantity twelve (12) per boat; SeaCor 37J021010, 37J106010, 37J153010 (Brand Name) GF piping systems, quantity one (1) per boat Ampco Marine Z-series p/n ABZCH2-1515-250 (Brand Name) Cofferdam Eductor, quantity one (1) per boat Optima D31M (Brand Name) or equal Batteries; quantity (8) per boat Ritchie FN-201 (Brand Name) or equal for Compass; quantity one (1) per boat Racor 751000MAX30 (Brand Name) or equal for Diesel Fuel/Water Separator; quantity one (1) per boat Fortress G-85 (Brand Name) or equal for Anchor; quantity one (1) per boat Major attributes of form, fit, function, interface, weight, and/or material to achieve a specific performance of the system within which it is used, and the boat as a whole. The following descriptions may apply: The item requires a form and fit in the boat’s design for installation, operation, or maintenance. The item’s weight is of critical importance to the boat’s design. The connection fittings required to incorporate the item into a system are necessary to incorporate or interface the specified item with the boat’s design. Input power, capacity, and other operating requirements for the item have been selected based on requirements of the boat’s design. Output power, capacity, and other performance parameters of the item have been selected based on requirements of the boat’s design. The selected item is known to have low or no Electromagnetic Interference (EMI)/ Radio-Frequency Interference (RFI) with tactical communications equipment. There is no standard to which electronics can perform to that guarantees low or no EMI/RFI with the embarked tactical communications equipment. Compliance can only be determined through lab testing or on-boat installation testing. The specified item is one with established logistic support. Logistic support includes, as applicable: maintenance planning and analysis; training and training support, including training equipment, curricula, and instruction materials; supply support; support equipment such as special tools and test equipment; technical documentation including technical manuals, Product Technical Description (PTD), Planned Maintenance System (PMS), Technical Repair Standards (TRS), and software documentation; computer resource support; facilities for maintenance and training; unique packaging, handling, storage, and transportation requirements; and human engineering considerations. The specified item has either passed, is in the process of, or is planned for Cyber Security validation. Cyber Security requirements for boats and craft are outlined in Ser 05D/193 INITIAL EFFORTS FOR CYBERSECURITY FOR BOATS, COMBATANT CRAFT, SEABORNE TARGETS AND SERVICE CRAFT. The specified item has undergone testing for qualification/validation at the expense of the Government. The specified item is a spectrum dependent (SD) system common to existing platforms deployed worldwide which require certification of spectrum support to operate. Spectrum supportability requirements for boats and craft are outlined in Ser 05D/195 SPECTRUM SUPPORTABILITY REQUIREMENTS FOR BOATS, COMBATANT CRAFT, SEABORNE TARGETS AND SERVICE CRAFT. The below paragraphs describe the applicable justifications for each component or system and additional references, system descriptions, and boat interfaces: 233 Diesel engines: A, B, C, E. The engine interfaces with the marine gear, drive shaft, and hull structure. The engine’s form, fit, weight and connections to other boat systems is well established in the 60DS fleet. It has established logistics and is common with the existing fleet of 60DS boats located throughout the N97 enterprise. Cyber security validation is planned to coincide with other programs. Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 241 Marine gear: A, B, E. The marine gear interfaces with the engine, drive shaft, and hull structure, and is installed on the engine when the engine is procured. It has established logistics and is common with the existing fleet of 60DS boats. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 243 Shafting: A. The shafting interfaces with the engine and gear system and is common across all 60DS platforms with proven long term effectiveness. 252 Tethered Remote: A, B, E The tethered remote has established logistics and is common across 60DS platforms. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 310 Generators: A, B, C, E. The generators interface with the electrical system. The generator’s form, fit, weight and connections to other boat systems is well established in the 60DS fleet. It has established logistics and is common with the existing fleet of 60DS boats located throughout the N97 enterprise. Cyber security validation is planned to coincide with other programs. Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 320 Outlets: A. The outlets are common across 60DS platforms and allows equipment to be interchangeable between boats. 422 Electronic Navigation system: A, B, C, E. The navigation system interfaces with the communications equipment. It has established logistics and is common with various Navy boats and the existing fleet of N97 and other Navy enterprise assets, including existing 60DS. Boat Alteration packages are in process to update older N97 assets to match the currently specified configuration. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This navigation system was selected by market survey. Cyber security validation is planned to coincide with other programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 441 VHF Marine Band Radio and Antennas: A, B, C, E. The communication systems interface with the navigation system. It has established logistics and is common with the current fleet of N97 and other Navy enterprise assets, including the existing fleet of 60DS boats. Boat Alteration packages are in process to update older N97 assets to match the currently specified configuration. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This radio system was selected by market survey. Cyber security validation is planned to coincide with other programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 529 Manual and Electric Bilge Pump Systems: A, B. The bilge pumping systems, including switches and alarms, are safety systems which provide indication of and a means to manage flooding events while underway or unattended at the dock. These systems have established logistics and are common to all similarly sized Navy boats. 592 High Pressure Compressor: A, B, E. The high pressure compressor has established logistics and is common across the Navy dive boat fleet. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 600 Emergency Position-Indicating Radio Beacon (EPIRB): A, B, C, E. The EPIRB is a safety system which has established logistics and is common with the across various Navy programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. The below paragraphs describe the applicable justifications for each component or system and additional references, system descriptions, and boat interfaces for items that are required to be brand name (or equal): 303 Circuit Breakers: A. The circuit breakers interface with the entire electrical system. 313 Batteries: A, B. The batteries are integral to the design of the boat to meet specified power requirements without the use of a generator. It has established logistics and is common with most Navy boats. Additionally, Blue Top Optima was selected based on market survey by L. Batteries are consumables which are carried in the Navy Supply System and considered HAZMAT, so minimizing types and quantities is a priority. 330 Flood lights: A. The flood lights output power and other performance parameters have been selected based on requirements of the boat’s design. 421 Compass: A, B. The compass is a critical piece of navigation equipment which requires a particular design to function properly across various installations in the N97 enterprise. It has established logistics and is common with various other Navy boats. 505 Piping Systems: D. The CPVC piping has undergone testing for qualification and validation by the Government. 523 Cofferdam Eductor: A, B. The cofferdam educator pump has specific performance characteristics that are required to properly accomplish this important task. The pump is common across the dive fleet and has established logistics support. 541 Diesel Fuel/Water Separator: A, B. The fuel/water separators interface with the propulsion engine diesel fuel system. It has established logistics tied to the propulsion engine logistics package and is common with the existing fleet of N97 60DS and various other diesel-powered Navy boats. Fuel/waters separators contain filter elements which are consumables that are carried in the Navy Supply System, so minimizing types and quantities is a priority. 581 Anchor: A, B. The anchor is a safety item that must be readily accessible in an emergency. The specified anchor’s combination of light weight, size, and holding capacity has been selected for use with the size and weight of the 60DS boats. It has established logistics and is common with the existing fleet of 60DS boats. 592 Hydraulic Power Unit: A, B. The hydraulic power unit has specific capacity and output power requirements that have been selected based on the requirements of the boat and associated equipment. The hydraulic power unit is common across the dive fleet and has established logistics support. SUBMISSION INSTRUCTIONS: Vendors interested in providing information regarding alternative items to the brand name and brand name “or equal” items for N00024-21-R-2210shall provide a response as follows: Format: Microsoft Word® or Adobe® Portable Document Format (PDF) Length – No more than two (2) pages, excluding the cover page. Each side of a double- sided page counts when printed. Content: Responses shall be UNCLASSIFIED and shall include the following information: Cover Page. The cover page should include the notice number, and company profile to include, at a minimum, the following: Company Name Address Point of Contact CAGE Code DUNS Number Phone Number and E-mail Address Web Page URL North American Industry Classification System (NAICS) Codes Small Business (Y/N): Woman Owned Small Business (Y/N): Small Disadvantaged Business (Y/N): 8(a) Certified (Y/N): HUBZONE Certified (Y/N): Veteran Owned Small Business (Y/N): Service Disabled Small Business (Y/N): Central Contractor Registration (Y/N): Company Ownership (U.S.), (Y/N): Name of the Brand Name Item, the “or equal” Make/Model number, and a written justification for how the alternate equipment meets “or equal” criteria to the Brand Name Item. Responses are due to the contracting officer at maureen.d.barlow@navy.mil, contract specialist tammy.ryman@navy.mil and Assistant Program Manager – PEO Ships/PMS 325G peter.herrman@navy.mil no later than 12pm EDT on 6 January 2021-. Include N00024-21-R-2210 in the subject line of your email. NOTES: Do not send hardcopies (including facsimiles), as only electronic submissions will be accepted and reviewed. Do not attach ZIP files or lock or encrypt the file you submit, or attach password- protected files. The Government will scan all files submitted and if a virus is detected, it may be grounds for rejection of the response. Cost data is not required in the response to this RFI. Questions and requests for clarifications on this notice must be sent via email to : Maureen Barlow, Contracting Officer – NAVSEA 02 (maureen.d.barlow@navy.mil), Tammy Ryman, Contracting Specialist – NAVSEA 02 (tammy.ryman@navy.mil) or Peter Herrman, Assistant Program Manager – PEO Ships/PMS 325G (matthew.warncke@navy.mil) no later than 6 January 2021. When submitting questions, include N00024-21-R-2210 in the subject line of your email: The Government may post questions and answers to the Federal Business Opportunities website at https://www.fbo.gov/. The Government does not intend to award a contract based on this notice or pay for the information. This notice is solely for market research, informational and planning purposes. This is not a Request for Quotation or a Request for Proposal, and it is not to be construed as a commitment by the Government. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items. Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this notice or the Government’s use of submitted information. Any information that the vendor considers proprietary or confidential business information should be clearly marked as such. Responses to this notice that indicate information therein is proprietary or represents confidential business information will be received and held in confidence for use by U.S. Government. The information provided in this notice is subject to change. The Government is under no obligation to revise any aspect of this notice should any information herein change. The Government will provide any additional information and issue any additional requests for information at its sole discretion.
Data sourced from SAM.gov.
View Official Posting »
U.S. Navy Dive Support Boat
This is a Request for Information (RFI) notice only. This is not a Request for Proposal (RFP) and a formal solicitation is not available at this time. This RFI is for informational planning purposes a... This is a Request for Information (RFI) notice only. This is not a Request for Proposal (RFP) and a formal solicitation is not available at this time. This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government to issue an RFP, contract, or order for any actual procurement of materials, machinery, supply or service. The Government will not pay for any effort expended or any material provided in response to this announcement. All costs associated with responding to this RFI are solely at the responding parties' expense. This RFI is open to all interested parties both foreign and domestic. Should an RFP for production be issued, boat designs which originate outside the U.S. are permitted as long as the prime contractor can meet all domestic United States manufacturing and solicitation requirements. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. PURPOSE: The overall objective of this RFI is to provide industry and interested parties with information that will assist in the understanding of current technical requirements for a potential Dive Support boat. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired. The Navy plans to award a contract in FY21 for an estimated 1 boat with 5 option boats, to be delivered to the following locations: Kitsap, WA; Norfolk, VA; New London, CT. The notional schedule listed below is provided for planning purposes only. The Government is not obligated to pursue this schedule or a future solicitation because of this RFI. Release draft RFP 2st QTR FY21. Release final RFP 2st QTR FY21. DESCRIPTION: The boats are used by the Navy Dive Lockers and Regional Maintenance Centers to support underwater ship’s husbandry for submarines and surface ships. Dive Support Boat Key Characteristics: Aluminum monohull boats approximately 60 ft. in length by 22 ft. in beam. A sketch showing the notional arrangement of the desired boat is provided below. The main compartments/areas illustrated are the Foredeck, raised Pilothouse, Main Cabin, Aft Work Deck, and below decks: Forepeak, Galley, Dive Equipment Room (DER), Engine Room (ER) and Lazarette. The walk-around Pilothouse and Main Cabin should be placed inboard to accommodate working under extreme bow flares of USN ships. The Aft Work Deck should have a minimum 350 square feet open area to support diving operations and payload. The boat shall be capable of supporting a minimum of 5,990 lbs total payload, including personnel and mission gear/cargo. The notional breakdown of payload is twelve (12) divers at 285 lbs each and two (2) crew at 285 lbs each and 2,000 lbs of mission gear/cargo (5,990 lbs total). The boat shall be designed for marine transport and logistical launch and recovery (e.g. crane, well deck, or deck cargo transport) from decks of USN and/or Military Sealift Command (MSC)/Commercial shipping. An aft divers’ hinged swim platform. Bow push knees. Aft work deck frame and fabric enclosure. Twin propulsion diesel engines with gear boxes of similar duty. Twin shafts. Two diesel-powered, 480 Vac, three-phase, 60-Hz generators in an ungrounded three-wire delta distribution system. 480 Vac/3-phase and 120 Vac/1-phase shore power systems. Deck work lights. Flush mount magnetic compass. Radar Single Display System. An HVAC system to maintain Main Cabin, Pilothouse and Galley temperatures of seventy-five (75) degrees in extreme (110 degrees Fahrenheit) summer and sixty (60) degrees in extreme (zero (0) degrees Fahrenheit) winter conditions. Stainless steel electric utility fan-forced heaters thermostatically controlled for machinery, dive equipment, and lazarette spaces to protect against freezing. A Seawater Pump (electric), to support a diver embarked eductor used to evacuate water from cofferdams. Bilge pumps with pump switches. 1000 gallons fuel tank. Duplex fuel/water separator/filters. Bow thruster. Heavy duty aluminum or stainless steel, 600# capacity davit. 5000 psi high pressure dive compressor with purification system. Wet suit and helmet rack. SCUBA tank storage. Dive hose rack saddles. Space and weight reservation provided for dive suite heater and welder. RESPONSES & SUBMISSION OF INFORMATION: Interested parties are free to submit any information which may assist the Navy in its market research. Interested sources are encouraged to submit a capability summary that does not exceed five (5) pages in length. Submission in PDF format is desired. Drawings sized to 8.5”x11” or 11”x17”. All other documentation sized to 8.5”x11”. The following information is requested (Please use as a checklist): Provide company contact information. Name Position/Title Email Address Telephone Number Provide GSA schedule, if applicable. The Navy is considering placing an order for these boats off the GSA schedule, therefore please also include: A discussion of any Navy requirements for the Dive Support boat that may not be part of the GSA contract. Identify any issues with issuing this contract on GSA (if none, please state “none”). Provide location of company production facilities, if applicable. Describe facility production capacity (e.g. estimate on total construction time for one Dive Support boat). Provide any technical concerns with the production of the Dive Support boats. If none, please state “none”. Identify alternative contracting approaches, if any, that would benefit industry. If none, please state “none”. Provide a description of the company's relevant experience. If applicable, identify the number of vessels that were delivered, dates delivered and customer. Provide the approximate price for: Candidate vessel. Delivery to stated locations. Technical Manuals & Other Data. General description of the company Small Business (Y/N) HUB Zone small business (Y/N) Service-Disabled Veteran Owned (Y/N) Economically disadvantaged women-owned small business (EDWOSB) (Y/N) Women-owned small business (WOSB) concerns eligible (Y/N) Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Please do not provide classified information or use the marking “CONFIDENTIAL” as this marking is considered classified by the Government which would require special handling of the information. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to monitor FBO for updates and to participate in any future solicitation, if one is issued. This RFI is the continuation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a RFP. Questions or comments regarding the intended procurement plan or the draft requirements may be directed to: Maureen Barlow, Contracting Officer – NAVSEA 02 (maureen.d.barlow@navy.mil), Tammy Ryman, Contract Specialist - NAVSEA 02 (tammy.ryman@navy.mil), or Peter Herrman, Assistant Program Manager – PEO Ships/PMS 325G (peter.herrman@navy.mil). Responses are requested by 2:00 PM (EST) on Monday, December 28, 2020.
Data sourced from SAM.gov.
View Official Posting »