The RFP Database
New business relationships start here

Large Small Waterplane Area Twin Hull Ship (SWATH)


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE FOR T-AGOS(X)

SMALL WATERPLANE AREA TWIN HULL (SWATH) SHIP

 

 

INTRODUCTION

 

A Request for Information (RFI) was issued on 18 April 2019 for a Large Small Waterplane Area Twin Hull (SWATH) ship to conduct market research.  After receipt of responses, an Industry Day was held for the T-AGOS(X) Class program on 26 June 2019 in Washington D.C.  One-on-one breakout sessions between the Government and interested industry attendees were also held 26-27 June 2019 and 2 July 2019 in Washington D.C.  The overall objective of the Industry Day was to provide industry with the following information:  current technical requirements and projected near term schedule for an upcoming Industry Studies solicitation, and to gain feedback from industry on the overall draft contract requirements.  As a result of the feedback provided from the RFI and Industry Day, the Naval Sea Systems Command (NAVSEA), on behalf of the Support Ships, Boats, and Craft Program Office (PMS325) is (1) assessing the interest and/or capabilities of the small business industrial base and (2) conducting follow-on market research of proven SWATH designs via a RFI/Sources Sought Notice.  Capable small businesses are encouraged to respond to this RFI, as the lack of response by capable small businesses may influence the Government's determination regarding whether the potential for a small business set aside exists.  This RFI/Sources Sought Notice is for planning purposes only. 

 

DISCLAIMER

 

This is a Request for Information (RFI) notice only.  This RFI is for informational planning purposes and is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services.  This notice does not constitute a solicitation or a promise of a solicitation in the future.  This RFI does not commit the Government to contract for any supply or service.  Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI.  All costs associated with responding to this RFI are solely at the responding parties' expense.  It is desirable that data be received with unlimited rights to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Respondents are solely responsible for properly marking and clearly identifying any 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.  Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations.  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. 

 WORK REQUIREMENTS 


T-AGOS(X) notional requirements and characteristics are as shown in Table 1:


 Table 1 - Notional Requirements and Characteristics for T-AGOS(X)


 






Notional Ship Size Characteristics



Length, Overall - 356 feet

Length, BP - 300 feet

Beam, Overall - 104 feet

Beam, WL - 90 feet

Draft, FLD, Load Line - 31 feet

Draft, Lightship - 16 feet

Lightship - 5,850 long tons

Full load - 8,500 long tons





Radiated Noise



Radiated noise performance at the full range of mission towing speeds, which meets or exceeds the requirements of International Council For The Exploration of The Seas (ICES) Cooperative Research Report #209.

Document Link:  https://www.ices.dk/publications/library/Pages/default.aspx





Seakeeping & Maneuvering




Evaluated as described below in accordance with NATO STANDARDIZATION AGREEMENT (STANAG) 4154-(Edition 3) COMMON PROCEDURES FOR SEAKEEPING IN THE SHIP DESIGN PROCESS.  Table 7.1 applies to the hull, Table 7.2 applies to personnel during Ship Transit and Towing, and Table 7.3 applies to personnel during mission deployment and retrieval operations.  Sea States, including sustained wind and modal periods, are as defined in NATO STANAG 4194-(Edition 1) STANDARDIZED WAVE & WIND ENVIRONMENTS AND SHIPBOARD REPORTING OF SEA CONDITIONS.


STANAG references available upon request to the PCO. 


 

The ship shall transit at all combinations of headings, modal periods, and speeds up to full power through the top of Sea State 5, and transit through all headings, speeds, and expected modal periods to a transit speed of at least 10 kts through the top of Sea State 6, without restriction. The ship shall transit at speeds through 7 kts at best heading through Sea State 7. 

 

The ship shall tow arrays at speeds through 5 knots through all headings and expected modal periods through the top of Sea State 6 and at best heading (+/- 45 degrees) in Sea State 7.

 

The ship shall meet the array deployment/retrieval operations at speeds through 5 kts at best heading (+/-45 degrees) over the range of expected modal periods through Sea State 6 and retrieve the passive array only at best heading in Sea State 7.

 

The ship shall not suffer any damage (including permanent set to the structure except shell "hungry horse") in any of the operational conditions described through Sea State 7.  Survival of the ship, equipment, and personnel through Sea State 8 while maintaining best heading under power.

 

The ship shall maintain a steady course during all mission operations, in each Sea State discussed above, in the wind associated with the specified Sea State with significant wind gust added to mean wind velocity.





Sprint Speed



20 knots @85% Maximum Continuous Rating (MCR)





Unrefueled Range



The calm seas unrefueled range requirement is to:

- Transit at most economical speed (not less than 10 knots for 3,000 nm)

- Conduct 75 days of towing (5 knots)

- Conduct 2 days of high-speed repositioning (960 nm at 20 knots)

 

Range calculations shall include a 2MW mission electrical load in addition to the assumptions for hotel loads, and 50% minimum on prime mover/generator loading for each operating condition.





System Survivability



Comparable to similar ABS classed "T-Ships" with enhanced firemain (materials, segregation, redundancy, and control) and Space, Weight, and Power-Cooling (SWaP-C) margins for future installations.





C5I



Navy will procure and utilize Program of Record (POR) C5I systems to meet requirement for the mission suite.  Shipboard C5I outside of mission suite shall be Contractor Furnished Equipment (CFE).





Accommodations



Civilian Crew - 30 (MSC Habitability Standards)

Navy - 38





Ice Strengthening



ABS Class D0





Mission System Space



Mission Spaces                                    Area (sq. ft)

 Operations Center                                  2,685

 System Space 1                                      1,240

 System Space 2                                      3,276   

 Equipment Stowage                               550

 Workshops                                             759

 

TOTAL                                                   8,510          

 

The Operations Center shall be a contiguous area.

 

System Space 1 shall be a single area, protected from seas and weather, and shall extend to the aft most point of the vessel.

 

System space 2 shall be, a single space, between 140' and 155' long, a minimum of 12' wide, with one end located at midships, and be oriented along the centerline, and above the wet-deck with center well access.

 

The Workshops and Equipment Stowage areas shall be approximately evenly split between system space 1 and 2 in spaces adjacent to each system space. 





Underway Replenishment



Capable of being refueled underway, via astern refueling.





Cybersecurity



Navy Certification will be required for applicable systems.  Cybersecurity references available upon request to the PCO.





Emergency Medical Evacuation



An emergency medical evacuation, via helicopter high hover.





Service Life



30 years





Supply Support



Type                                                                                   Days Endurance:

Dry Provisions                                                                          90

Chilled Provisions                                                                    45

Frozen Provisions                                                                     90

Repair Parts/Equipment-Related Consumables                        90

Non-Equipment-Related Consumables                                    90

Medical Stores                                                                          90





Environment



Designed to operate in ambient dry bulb temperatures from -17.8 to 40 degrees Centigrade and sea water temperatures from -2.2 to 35 degrees Centigrade.  Equipment and machinery installed in exposed locations shall be capable of operating at an ambient temperature between -28.9 and 48.9 degrees Centigrade.








 


The Surveillance Towed Array Sensor System (SURTASS) mission system will be procured separately as a Navy Program of Record (POR) system to outfit the ships.  This includes the Compact Low Frequency Active (CLFA) array, TL-29A twin line passive array, Integrated Common Processor (ICP), and mission handling systems.


 


A seven-ship class is currently planned, with the potential for additional ships being required.   Contract award for lead ship Detail Design and Construction (DD&C) with options for follow additional ships is anticipated in FY22.  The 40-month lead ship DD&C effort is planned which includes the production engineering and procurement of long lead time material.  The ships will be procured and built in the U.S.


 


 

INSTRUCTIONS TO INTERESTED PARTIES

 


The Navy is interested in (1) assessing the interest and/or capabilities of the small business industrial base and (2) conducting follow-on market research of proven SWATH designs that would meet the stated requirements with minimum modifications.  Information requested:


 

•1.        If a Small Business, please complete the enclosed Industrial Base Capabilities Assessment Questionnaire (Enclosure 1). All small businesses must complete the capability questionnaire regardless of the availability of proven SWATH designs that would meet the stated requirements with minimum modifications. Please note that failure to respond to this RFI may affect the Government's small business set aside decision.

•2.        If providing a proven SWATH design, please provide the following:

••          A description of the proposed SWATH vessel design identified by the Contractor that meets the above listed operational requirements identified in Table 1.  Proposed SWATH vessel characteristics should be identified in matrix form (Excel Spreadsheet) for comparison to the notional requirements and characteristics listed in Table 1.  Provide supporting data demonstrating how the proposed SWATH vessel meets or exceeds all notional requirements and characteristics. 

••          In areas where the proposed SWATH vessel design does not meet the requirements of Table 1, provide a plan and/or data on how the design would need to be modified to meet all requirements of Table 1.  Identify the additional tasks and associated costs required to meet all requirements of Table 1.

••          Cost estimates for Detail Design & Construction (DD&C) of the proposed SWATH vessel, including any Preliminary Design, Contract Design, Functional Design, and/or modeling costs required to mature the design.  Provide supporting data and/or actuals for basis of cost estimate.

••          Delivery schedules with a discussion on the strategy, approach and milestones to achieve the DD&C effort described above. 

••          The name and address of the prime contractor and shipyard where the vessel would be built.

•3.        All RFI respondents are requested to complete the PMS325 Market Research Questionnaire (Enclosure 2).


Submission of Information:


Interested parties providing proven SWATH designs are encouraged to submit any information, which may assist the Navy in its market research.  No specific format is required.  Information of interest includes but is not limited to:

•·          Parent Hullform Purpose and Operating Area

•·          General Arrangement drawings

•·          Machinery plant configuration and operation description

•·          Vessel Technical Specification including IACS member class notation

•·          Accommodations, messing spaces, and offices

•·          Fuel capacity, endurance range, and fuel consumption (at economical speed, during towing operations, during high speed repositioning)

•·          Special operating restrictions or conditions

•·          Major Equipment List (MEL)

•·          Electric Power Load Analysis (EPLA)

•·          Electrical One-line Diagram

•·          Weights

•·          Intact and Damaged Stability Report

•·          Resistance and Powering curve

•·          Seakeeping data and analysis

•·          Cybersecurity Strategy

•·          Regulatory Body Notations of Parent Hull


 

ADDITIONAL INFORMATION

This RFI announcement is not a contract, a request for proposal, a promise to contract, or a commitment of any kind on the part of the Government.  Please note that the Government will not reimburse participants for any expenses associated with this RFI.  The Navy will not assume liability for any costs incurred, therefore, any costs incurred in response to this notice are not considered an allowable direct charge to the Government.  Not responding to these events will not preclude participation in any future solicitation, if one is issued. This procurement requires the ability to safeguard classified materials during DD&C phase. 

 




 

 

Enclosure 1:  Industrial Base Capabilities Assessment Questionnaire (For Small Businesses)

 

Facility Capability

•1.        Describe all construction facilities and provide a yard plan which includes available build position(s) capable of handling the notional SWATH ship described in Table 1, transition, and launch process from build position(s); describe launch systems and docking capability (size constraints and water depth).

•2.        What type of launchway, facility and dry dock certifications do you have and are they current?

•3.        Explain or describe your planned facility capital investments or improvements prior to FY22.

•4.        What capital investments and improvements are required to support T-AGOS(X) production and delivery?

•5.        What is the maximum depth of water, channel width and air height (fixed bridges / overhead cableways) to open water?

•6.        Discuss any necessary channel, waterway dredging, or improvements required to support T-AGOS(X) production and delivery.

•7.        How much warehousing and lay down area (square footage) is on-site?

•8.        What is your warehousing capacity for secure (access controlled) and climate-controlled items?

•9.        Describe your capability to provide office space for Government and Government Contractor staff onsite.

•10.      Can the facility support two T-AGOS(X) ship awards per year?

•11.      Can the facility support up to three T-AGOS(X) ships in multiple stages of construction?

•12.      What is the largest vessel (draft, beam, length, and tonnage) ever built at this facility?  Provide the maximum draft, beam, length, and tonnage for ship construction at your facility. If unable to accommodate the notional SWATH ship described in Table 1, please provide potential mitigations/facilities improvements required to alleviate those constraints.

•13.      Is the pier capable of tying up vessels during a major storm?

•14.      Describe the shore service capabilities such as:

•a.         Electrical Services (Shore Power)                              

•b.        Potable Water connections

•c.         Sewer Connections

•d.        Oily Waste Removal.

•15.      Describe your current Plant Protection Capabilities including:

•a.         Security Guards

•b.        Physical Barriers

•c.         Security Camera Systems

 

Production Capability (Manning)

•1.        Which typical labor trades and services do you contract out (example: HVAC, Joiner, Communications, Navigation) and how are they integrated into your master schedule?

•2.        What is your typical ratio of contract labor to in-house company labor at your facility?

•3.        How do you utilize an Integrated Master Schedule (IMS) in your day to day operation?

•4.        What is your current and projected orderbook for the next 3-8 years and how will a potential T-AGOS(X) contract award affect your current production capacity?

•5.        What is your typical annual turnover rate for production employees?

•6.        What is your current labor trade skill breakdown and average years of experience per labor trade skill?

•7.        What is your capability and capacity to increase skilled production labor levels to support T-AGOS(X) production and delivery?

•a.         Would they typically be contract labor or in-house company employees?

•b.        Is there enough existing infrastructure (i.e. parking, facilities, etc.) to support a required increase?

•c.         Is the local/regional labor pool suitable for ship production?

•8.        What is your current manning levels for:

•a.         Production, skilled

•b.        Production, unskilled

•c.         Engineering

•d.        Design

•e.         Program Management

•f.         Testing


 

Technical Capability (Paperwork/Management/Support/Engineering/Logistics)

•1.        Describe what quality assurance programs you utilize, including: welding certification, ABS and USCG call outs and methods of handling Corrective Action Requests.

•2.        Describe your test expertise, including: ABS/USCG testing, Design Verification Testing, Shipboard Testing, and At Sea Testing.

•3.        Describe your typical Integrated Logistics Plan.

•4.        Describe your plan to comply with cybersecurity requirements.

•5.        Describe your experience with Government Furnished Equipment (GFE) loadout and mission space turnover.

•6.        What software program do you use for your IMS?

•7.        What modeling program do you use and is it easily converted to Autocad 2-D drawings?

•8.        How do you assess vessel progress?

•9.        How will you perform configuration management?

•10.      How will you manage the data deliverables required in the contract?

•11.      Describe your capabilities for handling and storing classified information?

 

 




 

Enclosure 2:  PMS325 Market Research Questionnaire (For All Interested Parties)

 

Please submit the following:

 

•1.        Company Information

Name of Company:

Address:

City, State, Zip:

Point of Contact:

Title:

Email Address:

Phone:

CAGE Code:

 

•2.        Identify your company's socio-economic Small Business size status under North American Industry Classification System (NAICS) Code 541330.  For more information about Small Business Size Standards, please refer to the following link:  https://www.sba.gov/document/support--table-size-standards

 

       __Small Business (with no socio-economic size status)

__8(a)             

__SDB            

__WOSB  

__VOSB 

__SDVOSB 

__HubZone

__N/A - Large Business

 

•3.        Identify if your company is interested in pursuing this opportunity as a prime and/or subcontractor.  If interested in pursuing this opportunity as a subcontractor identify the nature of work anticipated.

 

•4.        Please list all current contracts (within the last three years) performed by your company that have the same or similar services listed under the requirements.  Identify which work requirements have relevance for those particular past performances citations referenced.  Indicate the relevance in size (total contract value).  Identify whether work was performed as a prime or sub-contractor.  If work was performed as a sub-contractor, identify the percentage of the contract work performed by your company.  Please provide a reference for each contract identified.  All references shall include a contract number, title and references with name and phone number (Information may be provided in the space below or as a separate document).

 






Contract Number



Task Areas



Relevance

(Contract Value)



Prime/Sub

(% Contract)



Agency POC





EXAMPLE:

N00019-04-D-####-####



Tasks 1, 2



$55.3M



42%



John Smith

NAVSEA

(202) 281-####





 



 



 



 



 





 



 



 



 



 







 

 

•5.        Please submit responses to "Instructions to Interested Parties" items.  The Government does not anticipate providing any formal responses to this market research or the comments/questions provided but will utilize this information to improve planning and acquisition efforts.   

 

Responses should use the Market Research Questionnaire format. 

 

Respondents should submit their responses in electronic format via e-mail by 6 September 2019 to Mr. Nathan Good, PEO SHIPS, (PMS 325) Nathan.Good@navy.mil with a copy to Roxie Thomas, NAVSEA 02, at roxie.thomas@navy.mil and Rickeyea Singleton, NAVSEA 02, at rickeyea.singleton@navy.mil by 1pm Eastern time.  The RFI response file shall be in PDF format, with file name including the Solicitation number and your company name. Submissions may be accepted after this date, but feedback may not be as timely or contribute to NAVSEA's strategic planning.

 

If you are a small business with interest in or questions about the program, please contact Daniel Duckwitz, Deputy for Small Business for NAVSEA, at nssc-navsea-sbid.fct@navy.mil

 

NO QUESTIONS VIA TELEPHONE WILL BE ACCEPTED.

 

 


 



***THE RFP/SOLICITATION for N00024-19-R-2218 IS SCHEDULED TO BE RELEASED BY THE 2ND QUARTER OF FY20***

Roxie Thomas, Contracting Officer, Phone 2027815331, Email roxie.thomas@navy.mil - Rickeyea Singleton, Contract Specialist, Phone 2027814093, Email Rickeyea.singleton@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP