DOCUMENT

Attachment 1 RangerIV Presolicitation (Industry Day) (004).pdf

OVERVIEW

Original Source
Contract Opportunity
Posted
May 3, 2022
Type
.pdf
Size
0.3MB
Profiled People

DOCUMENT PREVIEW

EXTRACTED TEXT

U.S. Department of Transportation
Volpe National Transportation Systems Center

Preliminary/Contract Design of Motor Vessel Ranger IV

PRESOLICITATION AND INDUSTRY DAY NOTICE

The U.S. Department of Transportation, Volpe Center, anticipates issuing a contract for Naval
Architecture and Marine Engineering Services for the Preliminary and Contract design of Motor Vessel
Ranger IV. The completed contract design will be used by the Government in a separate future
solicitation for the Detail Design and Construction of Ranger IV. The NAICS code identified for this
requirement is 541330 - Engineering Services. The Volpe Center is releasing this pre-solicitation and
Industry Day notice to identify interested parties, provide an overview of the anticipated design
requirements, and gather any feedback offered by industry.

The Volpe Center will be hosting the industry day at Isle Royale National Park Headquarters in
Houghton, MI for all interested vendors. The industry day will be held on Thursday, June 16, 2022
between 10AM and 12PM ET. The industry day will include discussion of the pre-solicitation notice,
Basis of Design for Ranger IV, and tours of the current Ranger III and the Houghton dock area.

Interested vendors may book travel out to Isle Royale to view other docking locations (Rock Harbor,
Mott Island, and Windigo) at their own expense. There are three ways to reach Rock Harbor: onboard
the Ranger III from Houghton, MI; onboard the Isle Royale Queen which leaves from Copper Harbor,
Michigan; or by Isle Royale Seaplanes which leaves from Hancock, MI or Grand Marais, MN. There are
three ways to reach Windigo: onboard the Ranger III (once per month); via Grand Portage Isle Royale
Transportation Lines which leaves from Grand Portage, MN; or by Isle Royale Seaplanes which leaves
from Hancock, MI or Grand Marais, MN.

All interested vendors for this industry day must respond by 4pm ET Friday, May 20, 2022 via email to
Andrew Josephs at Andrew.Josephs@dot.gov with the positive interest, a list of personnel attending the
site visit, and contact information. Each company will receive a confirmation email and instructions for
the site visit by noon ET on Wednesday, June 1, 2022 or sooner if possible.

The solicitation is expected to be published in the late summer or early fall of 2022. The solicitation is
anticipated to include requirements for a complete preliminary design, professional engineering
stamped contract drawings and construction specifications, and construction cost estimate for Ranger
This pre-solicitation notice is for information only, and shall not be construed as a commitment by the
Government to solicit contractual offers or award contracts. Any information provided by industry to
the Government as a result of this notice is voluntary. Prior to release of the formal solicitation, the
Government is not soliciting, nor will it accept, proposals as a result of this notice. The Government will
not reimburse the cost of any submission in response to this notice -- the entire cost of any submission
will be at the sole expense of the source submitting the information. Respondents are solely
responsible for properly marking and clearly identifying any proprietary information or trade secrets
contained within any written submission. 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 notice will be safeguarded and handled in

accordance with applicable authorities. Responses will not be returned. If a solicitation is issued in the
future, it will be announced under Contract Opportunities via the System for Award Management (SAM)
website (https://sam.gov/) and interested parties must comply with that announcement. The
Government will not reimburse respondents for any questions submitted or information provided as a
result of this notice. All questions received will be documented and published in an amendment to this
Notice.

Responses to this notice are not offers and cannot 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 notice. Not responding to this notice does not preclude participation in any
future solicitation, if one is issued.

Introduction

Scope of Work Preliminary/Contract Design of Ranger IV
1.0
Isle Royale National Park operates the motor vessel Ranger III between Houghton, MI and Isle Royale.
The Ranger III is the largest moving piece of equipment owned and operated by National Park Service
and is the largest passenger ferry providing service to and from ISRO. There are many amenities on
board during its five-hour voyage, including interpretive and educational programs, food sales, three
staterooms, four lounges, two decks, and indoor and outdoor passenger seating. In addition to
passengers, the Ranger III also transports fuel, food, small powerboats, and other bulk cargo to Isle
Royale.

The Ranger III was constructed in 1958 and is nearing the end of its useful life. The Volpe Center,
working with the National Park Service, is developing a Preliminary/Contract Design for a replacement
vessel, Ranger IV. This Statement of Work defines the effort required for the Preliminary/Contract
Design for the Ranger IV.

Requirements
The Contractor shall provide all labor, materials, and resources necessary to perform the following tasks.

Preliminary/Contract Design of Ranger IV
The Contractor shall perform the Preliminary/Contract Design for the Ranger IV, including engineering
analyses, tradeoff studies, model testing, and engineering and design documentation (including
drawings, reports, calculations, and classification society approvals) required as part of preliminary and
contract designs. The vessel will be designed as both a passenger and cargo vessel, be designed to ABS
class, and SOLAS and other USCG requirements. To the maximum extent practicable, the design shall
incorporate commercial available equipment and technologies. The contract design shall include
bidding specifications and a cost estimate for the design and construction of the Ranger IV. Additionally,
the Contractor shall review and verify current dock layouts and equipment and recommend changes to
shoreside infrastructure to accommodate a future Ranger IV.

The design shall incorporate the requirements, design goals, and features specified in the Basis of Design
to the maximum extent possible. The Contractor shall inform the Government as soon as possible if,
during the design cycle, not all requirements, goals, and features can be incorporated due to vessel size
or other limitations, and shall provide recommendations as to trade-offs for inclusion.

The Contractor shall provide the management effort necessary to ensure the on-schedule completion of
the Preliminary/Contract Design. The Contractor shall identify and take steps to correct all problems
and potential problems arising during contract performance.

Data shall be prepared in accordance with this Contract and the Basis of Design. All deliverables
(including specifications, drawings, design data, hull geometry file, and technical information developed
by the Contactor) shall become the property of the United States Government. The data shall be
provided to the United States Government without restrictions for use by the government or release by
the government to others.

Additional details will be provided when the solicitation is released.

Draft Deliverable List
The Contractor shall provide the following deliverables.

Deliverable
Item

Deliverable Item
Titles and Subtitles
002 004 006 008 010 012 014 016 018 020 022 024 026
026-1
026-2
026-3
026-4
026-5
026-6
026-7
026-8
026-9
026-10
026-11
026-12
026-13
026-14
026-15
026-16
026-17 027-01
027-02
027-03

POST AWARD CONFERENCE AGENDA, PRESENTATION, AND MINUTES
DESIGN REVIEW AGENDAS, PRESENTATIONS, AND MINUTES
FINAL DESIGN ASSESSMENT REPORT
DESIGN SUMMARY REPORT
MASTER SCHEDULE
MASTER EQUIPMENT LIST
REQUIREMENTS VERIFICATION MATRIX
CONSTRUCTION COST ESTIMATES
LIFE CYCLE FUEL ESTIMATE AND LIFE CYCLE COST SAVINGS STUDY REPORT
ABS ICE CLASS ANALYSIS
HULL LINES DRAWING
APPENDAGE AND CONTROL SURFACE DRAWING
SPEED AND POWER REPORT
SEAKEEPING PERFORMANCE REPORT
MANEUVERING PERFORMANCE REPORT
REGULATORY BODY COMMUNICATIONS AND CORRESPONDENCE
AIRBORNE NOISE REPORT
VIBRATION REPORT
INTACT AND DAMAGE STABILIITY REPORT
WEIGHT CONTROL PLAN
CONTRACTOR DESIGN WEIGHT ESTIMATE
MODEL TEST PROGRAM PLAN
MODEL TEST REPORT
MODEL TEST VIDEO AND PHOTOGRAPHS
ACCESSIBILITY COMPLIANCE SUMMARY
DRAWINGS
GENERAL ARRANGEMENT DRAWING
COMPARTMENT LAYOUT DRAWINGS
MIDSHIP SECTION DRAWING
TYPICAL SECTIONS DRAWING
SHELL EXPANSION DRAWING
DECK AND PLATFORM DRAWING
SUPERSTRUCTURE DRAWING
MAST AND FLAGSTAFF DRAWING
PROPELLER DRAWING
TOPSIDE ARRANGEMENT DRAWING
NAVIGATION LIGHTS ARRANGEMENT DRAWING
PILOT HOUSE/CHART AREA ARRANGEMENT DRAWING
MACHINERY ARRANGEMENT DRAWING
EQUIPMENT REMOVAL DRAWING
HANDLING SYSTEMS DRAWING
ANCHORING AND MOORING DRAWING
INTERIOR CARGO LOADING AND SECUREMENT PLAN
REPORTS
AREA/VOLUME REPORT
PROPULSION SYSTEM REPORT
AUXILIARY SYSTEMS REPORT

Deliverable
Item

Deliverable Item
Titles and Subtitles

027-04
027-05 029 031 033 036

POLLUTION CONTROL SYSTEMS REPORT
AUTOMATION CONTROL AND MONITORING SYSTEMS REPORT
ENDURANCE FUEL CALCULATIONS
STACK GAS FLOW ANALYSIS REPORT
ELECTRIC POWER LOAD ANALYSIS
ELECTRIC SYSTEMS ONE-LINE DIAGRAM
PRELIMINARY FAULT CURRENT ANALYSIS REPORT
COMMUNICATIONS REQUIREMENTS