The RFP Database
New business relationships start here

Offshore Supply Vessel/ Training Support Vessel


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

   

PURPOSE:

The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of the Support Ships, Boats, and Craft Program Office (PMS-325) to disseminate to industry information on the anticipated acquisition and potential conversion of an Offshore Supply Vessel (OSV) for the Commander, United States Fleet Forces Command (CUSFF) and Commander, Carrier Strike Group FOUR (CSG-4).  An OSV, re-designated as a Training Support Vessel, hereafter referred to as TSV, provides essential Mobile Sea Range (MSR) support to support CUSFF's Optimized Fleet Response Plan (OFRP), Test and Evaluation (T&E), Strike Group certification and Task Forces via COMPTUEX and other Fleet exercises. 

 


The Navy is also pursuing information regarding available vessel inventory for OSVs with a nominal length overall (LOA) of 220-295 feet, an aft deck approximately 100 feet by 40 feet, and draft no greater than 20 feet, with a preferred draft of 15 feet.  Additionally, the Navy seeks to understand the bidder's shipyard availability/capability, and the technical, cost, and schedule risks associated with modifying existing OSV platforms to meet the notional TSV capabilities identified in this RFI. For purpose of this request, the Navy is only interested in vessels available for sale and potential modification; information on leases, charters or other arrangements that are not a direct sale will not be considered.

 

 

DESCRIPTION:

 

The TSV shall be capable of operation in open-ocean in high sea states, day or night, in all-weather in support of CUSFF fleet training requirements and fleet exercise objectives.  The vessel will be operated up to 30 days continuously and 250 days per year at sea with ambient conditions ranging from 20° to 125°F ambient air temperatures (28° to 95°F water temperatures).  Desired operational requirements and characteristics are provided below. 

 

CAPABILITIES:

 

The  vessel shall meet the minimum requirements detailed in Table 1, below.

 

Table 1  TSV Requirements





Capabilities



Minimum Technically Qualified Capabilities



Capability of Proposed Vessel/Modifications Req'd/Comments






Max Vessel Age




15 years


Age and condition are governing factors.




 






 


Regulatory Body Requirements




U.S Flagged and classed under ABS X Offshore Supply Vessel, Ⓔ, XA1, XAMS, XACC, XAPS, at least XDPS-1, and HAB(WB)




 






Designed and built in accordance with and complies with the following Statutory Regulations:

1. US Regulatory Tonnage

2. MARPOL 73/78 (All Applicable Annex's)

3. US Coast Guard regulations for subchapter "L"

4. International Load Line Convention 1966

5. International Tonnage Convention 1969

6. COLREG 1972

7. SOLAS 1974 with amendments (where applicable)




 






Minimum LOA




220 feet




 






Maximum LOA




295 feet




 






Minimum Beam




42 feet




 






Maximum Beam




68 feet




 






Maximum Full Load Draft




Operating draft no greater than 20 feet




 






Minimum Clear Working Deck Area




110 feet long by 38 feet wide. This is a post-acquisition, post-conversion requirement




 






Minimum Deck Cargo Load Capacity




250 long tons




 






Speed at 100% Maximum Continuous Rating (MCR)



At least 12 kts



 






Cruise Speed at 80% MCR



At least 10 kts



 






Minimum Fuel Oil Storage Capacity




110,000 gallons




 






Station Keeping Ability   


 




10-foot radius position excursion with environmental load of:

•1.    Fore/Aft Sea State 4 with 1.0 knot current

•2.    Transverse Sea State 3 with 0.5 knot current

•3.    Using only DGPS for position reference input




 






Minimum Dry Stores Volume




1180 cubic feet




 






Minimum Thaw Room Volume




210 cubic feet




 






Minimum Refrigerated Stores (Chill Box) Volume




730 cubic feet




 






Minimum Freezer Stores Volume




900 cubic feet




 






Bridge Arrangement




Forward and aft vessel control and navigation stations




 






Minimum Potable Water Making Capacity and Arrangement




Available space to allow the installation of a Reverse Osmosis unit with a minimum capacity of 1,700 gallons per day.




 






Total Personnel Capacity




38 total, including crew*




 






Accommodations Arrangement




38 berths total, including crew*.  Preference is for single staterooms with office space for the Master and Chief Engineer and 2person staterooms for the rest.


* If the vessel is not currently arranged to meet the berthing capacity or arrangement preferences, the vessel shall have sufficient interior volume and be capable of being modified to meet  these requirements.




 






Crane Capability




Allied System TK70-70 crane aft mounted with a telescopic knuckle boom or equivalent. Vessels without cranes shall be capable of modification to accept an Allied System TK70-70 or equivalent crane.




 






Bow Thruster




Two minimum




 






Dynamic Positioning System




At least ABS DPS-1 or equivalent




 






Generator Arrangement




Electrical load: 350 Amps at 480 volts (168 kw) minimum available above normal hotel load.




 






 

ACQUISITION OVERVIEW:

The TSV Project encompasses efforts to solicit a contract for the purchase of an existing OSV that will subsequently be modified by the Government. Alternatively, the Government may attempt to attract potential bidders, with OSV construction/conversion and repair experience, to become primary contractors for overall project and delivery of a turnkey, completed vessel to Government specifications, including converting or removal of mud tanks, installation of a deck crane, installation of various Government Furnished Equipment (GFE), and installation and/or conversion of other spaces to berthing and offices.

 

The contractor shall provide a suitable vessel which meets the general principal characteristics and performance requirements.  After completion of all work and delivery to the area of Naval Operating Base (NOB), Norfolk, VA, the US Navy will take ownership of the vessel and operate it as a Government-owned, Public Vessel.

 

It is envisioned that the vessel offered may have been in layup.  Potential requirements due to layup status are:

 

•a.      The Contractor shall reactivate the vessel in accordance with the ABS Guide for Lay-up and Reactivation of Offshore Support Vessels.

 

•b.      The Contractor shall complete all due and overdue surveys upon reactivation including any Special Surveys.

 

•c.       The requirements for other actions or services may be required for delivery of the vessel to the end user, ready for sea, in accordance with the ABS approved reactivation plan.

 

It will be required for the contractor to complete all the inspection and survey requirements for delivery of the supplied vessel with an International Load Line Certificate complete and valid for five years.  The contractor shall be responsible for directly obtaining the services of ABS and then coordination of all inspection requirements and any repairs as a result.  The services will include submission of all drawings necessary for approval and obtaining all analysis, inspections, and surveys necessary for ABS class.

 

SCHEDULE:

The notional schedule provided herein is for planning purposes only. The Government is not obligated to pursue on this schedule nor to offer a future solicitation associated with this RFI. For the purpose of responding to this request, it should be assumed that an RFP would be issued in Fiscal Year 2019 and a contract for delivering a TSV would be awarded in Fiscal Year 2020.

 

INFORMATION SOUGHT:

 

Interested parties are free to submit any information which may assist the Navy in its market research.

 

There is no page requirement/limit and a detailed proposal is not requested.  Submission in PDF format is desired.  Drawings sized to 8.5"x11" or 11"x17".  All other documentation sized to 8.5"x11".

 

At a minimum, please provide the following technical data.  If the Respondent has multiple OSV candidate vessels that meet the RFI requirements, a separate response should be submitted for each.  The following information is requested (Please use as a checklist):

 

1.  Provide data and/or information on any vessel meeting the key requirements as identified in Table 1. If the proposed vessel does not meet an attribute or requirement then provide information on modifications required to address the requirement shortfall in the column provided. Data must be submitted on existing vessels only.  If available, please include general arrangement drawings and photographs.

2. Provide a description of the company's relevant experience.

3. Provide location of the company and vessel.

4. Provide company contact information.

5. Provide an estimated purchase price, including all ABS certifications.

6. Provide the size of the company as small or large. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336612, Boat Building.  Small Business Size Standard for this acquisition is 1000 Employees.  If your company is a small business please note whether you are HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women Owned Business.

7.  Respondent shall identify if they possess shipyard capabilities.

 

Note: As a reminder, interested parties do not have to meet all requirements listed in this RFI to submit a response.  All responses received will be reviewed by the Government.

 

Submissions should be emailed to Mr. Peter Herrman, PMS325, at peter.herrman@navy.mil. The response file shall be in PDF format, with file name including the Request for Information Number N00024-19-R-2213 and your company name. Responses are requested by February 26, 2019. Questions concerning this announcement may be submitted via email to Mr. Peter Herrman (peter.herrman@navy.mil) and Mr. Thomas (thomas.d.williams4@navy.mil). NO QUESTIONS VIA TELEPHONE WILL BE ACCEPTED.

 PLEASE NOTE THAT THE POC CANNOT RECEIVE EMAIL LARGER THAN 25MB. IF YOUR EMIAL EXCEEDS THIS LIMIT PLEASE SEND VIA SEVERAL EMAILS.

DISCLOSURE:

 

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 notice does not constitute a commitment by the Government to issue an RFP, contract, or order.

 

This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This RFI does not commit the Government to contract for any 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 U.S.-only interested parties.  Should an RFP for acquisition of an existing Offshore Supply Vessels (OSV) vessel be issued, vessel proposals which originate outside the U.S. may be permitted as long as the prime contractor can meet all domestic United States manufacturing and solicitation requirements. 

 

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.


 


Thomas Williams, Contract Specialist, Phone 2027813293, Email thomas.d.williams4@navy.mil - Peter Herrman, Phone 2027810607, Email peter.herrman@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP