SOURCES SOUGHT
19 -- Cutter Boat Long Range Interceptor II (CB-LRI-II) - Cutter Boat-Long Range Interceptor-II
- Notice Date
- 1/27/2011
- Notice Type
- Sources Sought
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-11-I-LRI001
- Archive Date
- 3/15/2011
- Point of Contact
- Wendy L. Paulo, Phone: 202-475-3046, Lakaiha Davis, Phone: 202-475-3261
- E-Mail Address
-
Wendy.L.Paulo@uscg.mil, Lakaiha.S.Davis@uscg.mil
(Wendy.L.Paulo@uscg.mil, Lakaiha.S.Davis@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Specification - Cutter Boat-Long Range Interceptor-II Statement of Work - Cutter Boat-Long Range Interceptor-II SYNOPSIS: The United States Coast Guard (USCG) is seeking information pertaining to the capabilities of commercial manufacturers to produce and deliver a Cutter Boat-Long Range Interceptor-II (CB-LRI-II) that will deploy from the USCG's National Security Cutter (NSC). CB-LRI-II is a multi-mission asset supporting: Ports, Waterways and Coastal Security; Search and Rescue, Drug Interdiction; Alien Migrant Interdiction Operations; Living Marine Resources; Other Law Enforcement and National Defense missions. The NSC may employ the CB-LRI-II at sea anywhere in the world, day and night, in varying sea and weather conditions. The Government will use responses from this sources sought synopsis to identify the appropriate acquisition strategy for any resulting procurement action. REQUESTED INFORMATION: The USCG is requesting information relevant to small boat manufacturer's capabilities to provide a solution compliant with the attached CB-LRI-II specification as a commercial solution, using a proven hull form. USCG is particularly interested in industry's ability to meet the critical performance parameters of speed, range, weight and acceleration. In addition, the USCG seeks solutions on the best way to balance the need to provide protection and seating for the crew within the weight constraints. Industry input should cite any concerns with threshold and objective requirements, include recommendations for improving, or mitigating specified parameters, and comment on the technical and cost impacts of meeting specification and Statement of Work (SOW) criteria. Those providing a response to this RFI should carefully read the attached draft specification and SOW and provide the following (A - D): A. Identify your business size in accordance with NAICS 336612 and include your DUNS number and a corporate point of contact for the submission. B. Provide comments to the attached draft specification and SOW, using a tabular format with headings for the document reference, paragraph number, issue and comment, using MS Word format. C. Identify and include any commercial product documents, or hyperlinks to existing products on your web site, as well as a published price ranges for any referenced products and associated production timeframes. If your products are available via GSA Schedule, include the schedule number and associated description. D. Identify any existing contracts, or customers for whom you have provided similar products, services, or capabilities. SUBMISSION: Information in response to this RFI must be submitted by email to cg-9123boatbuy@uscg.mil on or before February 28, 2010. Supplemental materials such as brochures and product literature may also be submitted to the above email address. ALL material submissions should be limited to 10MB, or less. Ensure the subject line of your email contains the following: RFI Number, LRI Response from ‘Company Name'. THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED SOLELY FOR INFORMATION, MARKET RESEARCH AND PLANNING PURPOSES. It does not constitute an RFP or a promise to issue an RFP in the future. This RFI does not commit USCG to contract for any supply or service. Further, the USCG is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that USCG will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. All submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-I-LRI001/listing.html)
- Record
- SN02368173-W 20110129/110127234407-3e1288ee915800d622a2a833ac6670fc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |