US Navy 7m & 11m RIB

expired opportunity(Expired)
From: Federal Government(Federal)
N00024-24-R-2200

Basic Details

started - 26 Feb, 2024 (2 months ago)

Start Date

26 Feb, 2024 (2 months ago)
due - 29 Mar, 2024 (28 days ago)

Due Date

29 Mar, 2024 (28 days ago)
Bid Notification

Type

Bid Notification
N00024-24-R-2200

Identifier

N00024-24-R-2200
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

U.S. Navy 7m & 11m RIB Solicitation Number: N00024-24-R-2200 Agency: Department of the Navy Office: Naval Sea Systems Command Location: NAVSEA HQ Synopsis: DISCLOSURE: This is a Request for Information (RFI) notice only. This is not a Request for Proposal (RFP), nor is a formal solicitation available at this time. This RFI is for informational planning purposes and 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. can be 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. 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. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired. PURPOSE: The overall objective of this RFI is to provide industry and interested parties with information that will assist with understanding the current technical requirements for a potential Multiple Award Contract (MAC) for the 7m Shipboard Rigid Inflatable Boat (RIB) and 11m Shipboard RIB. The Navy is contemplating award of a 9-year Indefinite Delivery Indefinite Quantity (IDIQ) contract (Government Design) in FY25 for an estimated three hundred and fifty (350) 7m RIBs, fifty (50), and 11m RIBs, to be delivered to Navy stock points in San Diego, CA, and Williamsburg, VA. 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 final RFP 1st QTR FY25. Anticipated award 3rd QTR FY25. DESCRIPTION: 7m Shipboard RIB The primary mission of the 7m RIB is to serve as the Ready Service Lifeboat on US Navy Ship’s. The RIB is a multi-purpose platform with several secondary missions, including Anti-Terrorism/Force Protection (AT/FP) operations, Search and Rescue (SAR) operations and Vessel Boarding, Search and Seizure (VBSS) and Maritime Interdiction Operations (MIO). One of the operational requirements for the shipboard RIB is that each boat must be carried aboard and deployed from a US Navy Ship. In order to meet the deployment requirement, each boat must be compatible (within weight limitations) with existing shipboard handling (launch and recovery) and stowage systems (davits and cranes). In addition to the standard 7m RIB single point (four leg) soft sling hoisting system (rated for 5,600 lb.), the 7mRX (LPD-17 variant) is also equipped with a single point lift frame with a Cranston Eagle hook that interfaces with the Positive Control Derrick Head (PCDH) used on the LPD-17 Class Ship’s Allied crane and Caley davit systems. The PCDH interface minimizes the need for line handlers and enables the crew to significantly reduce boat launch and recovery times. The Navy is also pursuing a US Coast Guard (USCG) Approved SOLAS 7m Rescue Boat that complies with 46 CFR 160.156 (which incorporates SOLAS/Life Saving Appliance code design and testing requirements). The SOLAS Rescue Boat will be the standard rescue boat outfitted on Military Sealift Command (MSC) vessels which carry USCG Certificate of Inspections (COI), and subject to the SOLAS requirement to carry an approved Rescue Boat. To maximize commonality, the Technical Data Package (TDP) for the SOLAS rescue boat will be a variant of the Standard (Std) 7M RIB and as similar as possible while still meeting SOLAS requirements. The Navy is currently planning on having a pre-approval review of the SOLAS Rescue Boat TDP conducted by the USCG prior to issuance of an RFP. With this TDP approved in principle, the contractor shall be responsible for construction, prototype testing, and delivery of the USCG Certificate of Approval for the SOLAS Rescue Boat to the Navy. It is anticipated that the Certificate of approval will be issued with the US Navy as the approval holder, and the builder being listed as an approved factory location. This is not intended to limit the builder’s ability to use the SOLAS TDP for other commercial non-navy business opportunities. It is also anticipated that the USCG and Navy will retain all plan review, testing and construction oversight, with no involvement of an independent laboratory. 7m RIB Key Characteristics: Government Design Fiberglass Reinforced Plastic (FRP) - approximately 24 ft. in hull length, 9 ft. maximum beam. Hoisting weight maximum - 5,600 lbs. Inboard diesel w/ Mercruiser outdrive Gun mount Man overboard Indicator (MOBI) system Integrated electronic navigation system Integral hoist and tow fittings Cranston eagle hook (LPD-17 variant) Modified features for SOLAS variant 11m Shipboard RIB The primary mission of the 11m RIB is Search and Rescue (SAR) operations. The RIBs are multi-purpose platforms with several secondary missions, including Personnel Transportation, Anti-Terrorism/Force Protection (AT/FP) operations, and Vessel Boarding, Search and Seizure (VBSS) and Maritime Interdiction Operations (MIO). 11m RIB Key Characteristics: • Government Design Open Center Console (OCC) baseline arrangement; LPD-17 variant has additional single point lift frame • Composites Construction (Fiberglass, Kevlar, etc.); Resin Infusion Processes • Twin inboard diesel engine propulsion w/water jets; twin 380 hp (standard), twin 480 hp Visit, Board, Search and Seizure (VBSS) variant. Cummins QSB6.7 engines, Hamilton HJ292 water jets, ZF 280-1 marine gear. • Design Hoisting Weight - 17,637 lb. max. • Hoisting Load Condition - Boat Complete w/full fuel (280 gal), 6 crew @ 185 lb. ea., and 4-leg hoisting slings; ~37 kt top speed in this condition. • Full Load Condition - Boat Complete w/full fuel (280 gal), 26 crew @ 185 lb. ea., and 4-leg hoisting slings; ~32 kt top speed in this condition. • Forward and aft centerline gun mount foundations for .50 CAL or M240 (7.62mm) machine gun. • VHF radio, NavNet 3D radar/nav package, Man Overboard Indicator (MOBI), folding arch w/blue light, hailer/siren. • Space, weight, power reservations and cabling backbone for post-delivery installation of tactical communications package ("Drop-in Comm Package" or DICP). • Multiple Class Shipboard and Shore-based Lifting interfaces (including Launch and Recovery) • Shipboard and Road Transport interfaces RESPONSES & SUBMISSION OF INFORMATION: Interested parties are free to submit any information which may assist the Navy with 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 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) Provide location of company production facilities, if applicable. Identify alternative contracting approaches, if any, which would benefit industry. If none, please state “none”. For example, the Government possibly procuring engines separately. Would combining the 7m & 11m RIBs prevent you from bidding? For example, would you only bid if it was just one 7m RIB contract and a separate 11m RIB contract? Provide any technical concerns with the configuration of the RIB. If none, please state “none”. Provide a description of the company’s relevant experience. If applicable, identify the number of delivered vessels, dates delivered, and customer. Describe facility production capacity (e.g. estimate on total construction time for each RIB; and how many boats can be built per year). If available, please provide the following information for the candidate vessel: Vessel principal characteristics and capabilities Photos, drawings, and/or renderings Design, construction, regulatory and classification standards employed Provide the approximate price for: Candidate vessel(s). Technical Manuals & Other Data. Potential savings due to quantity discount schemes. 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, HUB Zone small businesses, and woman-owned small businesses are encouraged to monitor SAM.gov 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: Steve Noel, Contracting Officer - NAVSEA 02 (steven.w.noel.civ@us.navy.mil), or Matt Warncke, Assistant Program Manager - PEO Ships/PMS 300G (matthew.j.warncke.civ@us.navy.mil).

WASHINGTON NAVY YARD, DC, 20376-5000, USALocation

Place Of Performance : WASHINGTON NAVY YARD, DC, 20376-5000, USA

Country : United StatesState : District of Columbia

You may also like

7m Rigid Inflatable Boats

Due: 12 May, 2024 (in 14 days)Agency: DEPT OF DEFENSE

Classification

NAICS CodeCode 336611
Classification CodeCode 1940