Skip to main content

An official website of the United States government

You have 2 new alerts

CONVERSION OF AN OFFSHORE SUPPORT VESSEL INTO US NAVY TRAINING SUPPORT VESSEL USNS VINDICATOR (TSV 5)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Apr 15, 2022 12:58 pm EDT
  • Original Published Date: Apr 15, 2022 12:48 pm EDT
  • Updated Response Date: Apr 29, 2022 04:00 pm EDT
  • Original Response Date: Apr 29, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1925 - SPECIAL SERVICE VESSELS
  • NAICS Code:
    • 336612 - Boat Building
  • Place of Performance:
    USA

Description

This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program.  Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act.  This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the market place. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract.

Southeast Regional Maintenance Center (SERMC) is conducting market research to determine industry capability and interest in performing the upcoming conversion of a 4,500 Long Ton Offshore Support Vessel into a U.S. Navy Training Support Vessel hereafter referred to as TSV-5, anticipated to begin in September 2022.

The Government has provided an outline of some of the work anticipated to be completed under the Enclosure A. The anticipated contract type will be firm-fixed price. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosures (A), (B) and (C), and answers to the following specific questions.  Please limit your response to no more than 5 pages.

1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336612, Boat Building?

 2. How many employees does your company have?

 3. Does your company have a website? If so, what is your company's website address?

 4. Does your company have access to a pier capable of berthing TSV-5? See Enclosure (A) Ship Particulars and Facility Particulars.

 5. Does your company own or have access to a Dry docking facility capable of docking a Training Support Vessel? If so, what is the date of certification or is the dock capable of being certified prior to contract award (provide estimated certification date if applicable)? And is your Dry docking facility certified by either of the two following methods?

  • In accordance with MIL-STD-1625D (SH), Safety Certification for Dry-dock Facilities and Building Ways for U.S. Navy Ships
  • In accordance with the standards and criteria of an internationally recognized certifying authority acceptable to the Contracting Officer, (examples of such authority include, but are not limited to, ABS, Lloyds Registry of Shipping, Det Norske Veritas)

 6. Does your company have a satisfactory performance record for the type of work required?  Please provide examples of relevant and recent (within three years) past performance.

 7. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)?

8. Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company's historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as of contract award.

9. Given the complexity and size of the work described in this announcement (Enclosure (B)), does your company plan to submit a proposal in response to the anticipated solicitation for the conversion of a 4,500 Long Ton Offshore Support Vessel (284'x 60'x 24'-6" ) into a U.S. Navy Training Support Vessel?

Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. SERMC may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. 

No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time.

When to Submit: Responses are requested no later than 1400 hours SERMC Local Time 29 APRIL 2022.

Notice Regarding Sources Sought:  Please note that this sources sought is for information purposes and to identify potential sources.  This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind.

Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided.

Future information, if any, will be posted at the website for www.sam.gov.

Telephone or Fax inquires will not be accepted or acknowledged, and no feedback or evaluation will be provided to companies regarding their submissions.

Contracting Officer Address:

Southeast Regional Maintenance Center, Building 1488 Naval Station Mayport, Florida 32228

Point of Contact:

Bethjoven de los Reyes, Code 410 Contracting Officer, bethjoven.a.delosreyes.civ@us.navy.mil

AND

Andres Walsh, Code 410 Contract Specialist, andres.walsh@navy.mil

What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. All responses to this Sources Sought Notice must be emailed to bethjoven.a.delosreyes.civ@us.navy.mil and andres.walsh@navy.mil by 1600 hours SERMC Local Time 05 May 2022 with "U.S. Navy Training Support Vessel TSV-5" in the subject field.

Enclosure (A) Ship Particulars and Facility Particulars:

Ship Particulars

i.     Length: 285 ft. 11 in.

ii.     Beam: 60 ft.

iii.     Draft: (MAX NAVIGATABLE) (FWD) 19 ft.

iv.     Draft: (MAX NAVIGATABLE) (AFT) 24 ft.

iv.     Displacement:  Long Tons

         Light Displacement 1,070 Long Tons

         Full Load Displacement 3,324 Long Tons

Facility Particulars:

i.     Pier Length: >285 ft.

ii.     Electrical: 220 amps, 450 volts, 60 hertz, 3 phase (Uniform Fire Code (UFC) 4-150-02 table C-7)

iii.     Potable Water: 400 Gallons Per Day (GPD) (UFC 4-150-02 Table C-4) @ 60 Pounds per Square Inch (PSI)

iv.     Sea Water/Firefighting Water: 625 Gallons per Minute (GPM) (UFC 4-150-02 Table C-3), @ 100 PSI measured at the most remote outlet (UFC 4-150-02, Para 3-3.2.1)

v.     Sewage:  Ability to accommodate and dispose of 1,000 GPD of effluent and 1,000 GPD of waste water

vi.     Mean Pier Water depth draft: >19 ft.

vii.     Dry Dock to support a TSV-5.

Enclosure (B) WORK REQUIREMENTS

Dry-docking/fleeting/undocking

Overhaul/Maintenance of 4 EA Cummins QSK60DM Engines

Overhaul/Maintenance of 1 EA Cummins KTA-19-DM1 EM Generator Engine

Anchor Windlass Repairs

Anchor Chain Inspection

Maintenance Team Office Space

Ship’s Force Office space and storage

Hull, side shell, and superstructure Preservation

Propeller Installation for 2 EA Schottel SCD 2020 FP Z-Drives

Z Drive Prop Overhaul

Bow Thruster Overhaul

Instrument Calibration Service

Dry Bulk System Alteration

ATMO Fuel System Addition

Cargo Fuel/Cargo Mud System Modification

Drill Water/Ballast and Drill Water/Drilling Brine Systems Modification 

Deck Service Air System Addition 

Fire Monitor System Modification 

Bulwarks/Cargo Rail Alteration 

Boat/Boat Davit Installation 

Personnel Accommodations Modules (PAM), Install 

01 Deck Extension Port 

01 Deck Extension Starboard 

Ship’s Crane Addition/Installation 

Cargo Deck Modifications 

Sick Bay Requirements 

Training Operations Center (TOC) Addition 

Safety Information, Update 

Deckhouse Modifications 

05 Deck Electronics Space Addition 

05 Deck Auxiliary Machinery Room Modifications 

Mast Modifications 

Update Stability Report 

Ship’s Electrical Distribution System Modifications 

Cable Routing Modifications (Option) 

Exterior Lighting. 

Install Alternative Reefer/Freezers on 01 Deck (Option) 

Modify Sick Bay and Lounge (Option) 

Add a Conference Room Module On Top Of the Port PAM (Option) 

Draft Inclining Experiment (Option) 

Add a Module for Sick Bay On Top Of the Port PAM (Option) 

Creation of Booklet Drawings (Option) 

Brine System Restoration

Fire Fighting System Alteration

Boat Deck LP Air Install

DP and Automation Upgrade

Dock Trials

Fast Cruise

Sea Trials

Light off Support

Ventilation Cleaning

ABS Hull Gauging

ABS Topside Gauging

ABS Tank Inspect

ABS Reactivation

ACOMM Ladder Modifications

Z Drive Access Doors

Enclosure (C)

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

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

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 may 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. The performance period will be approximately 250 calendar days. The period of performance will be between the September 2022 and June 2023. The solicitation will provide a more precise window for the starting period of performance. The place of performance is to be at the Contractor’s Facility. Ship will require towing from anchorage facility in Beaumont, TX to the place of performance. Information pertaining to a ship inspection at the ship’s storage facility will be addressed in the solicitation.

Contact Information

Contracting Office Address

  • PO BOX 280057
  • MAYPORT , FL 32228-0057
  • USA

Primary Point of Contact

Secondary Point of Contact

History