SOURCES SOUGHT
19 -- Request for Information-Cutter Boat-Large (CB-L) 210 WMEC & 225 WLB Replacement - Basic Req. Document
- Notice Date
- 12/10/2015
- 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, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-16-I-030245
- Archive Date
- 2/26/2016
- Point of Contact
- Scott A. Wood, Phone: 202-475-3759
- E-Mail Address
-
Scott.A.Wood@uscg.mil
(Scott.A.Wood@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Basic Requirement Draft This is a Request for Information (RFI). This RFI notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment for an RFP in the future and it is not considered to be a commitment by the Government to award a contract. The Government will not pay for any information or administrative cost incurred in response to this announcement. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Additional information concerning this potential procurement can be found on the Department of Homeland Security Acquisition Planning Forecast System (APFS) http://apfs.dhs.gov/ under forecast record number P2015030245. Disclaimer and Important Notes: The Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. The purpose of this RFI is to improve the understanding of Government requirements and industry capabilities. This allows potential offerors to judge whether or how they can satisfy the Government's requirements. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market place. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. For information regarding this acquisition, contact the Contracting Officials listed herein. This exchange of information must be consistent with procurement integrity requirements (see 3.104). Interested parties include potential offerors, end users, Government acquisition and supporting personnel, and others involved in the conduct or outcome of the acquisition. ************************************************************************************************************************************************************************************************************************************************************************** The U.S. Coast Guard Office of Contract Operations, Formal Contracts Division III anticipates a need for the procurement of up to 45 Coast Guard Cutter Boat-Large (CB-L) boats to replace those that have exceeded their service life. The CB-L (210/225) is intended to standardize boats assigned to 210-foot Medium Endurance Cutters (210 WMEC), 225-foot Seagoing Buoy Tenders (225 WLB), CGC ALEX HALEY (WMEC 39), and CGC MACKINAW (WLBB 30). The CB-L (210/225) shall be deployed from and operated as a sub-unit of the parent cutter to perform all assigned missions. Assigned missions include: • Drug Interdiction • Living Marine Resource • Alien Migrant Interdiction Operations • Ports, Waterways, and Coastal Security • Defense Readiness • Search and Rescue • Other Law Enforcement • Aids to Navigation These missions will be performed during daytime and nighttime conditions in a wide spectrum of maritime climates and environmental situations. These maritime climates and situations include but are not limited to: • Tropical Climates • Dry Climates • Temperate Climates • Sub Freezing Temperatures • Open Ocean Environments • Inland Environments • Coastal Environments It is anticipated that this acquisition will be set aside 100% for small business under NAICS 336612 with the small business size standard being less than 500 employees. Small Business concerns are encouraged to respond and submit capabilities in sufficient detail to this RFI. Period of Performance: It is anticipated that a firm, fixed priced requirements contract will be awarded with one base year and four option years to procure these boats. Place of Performance: At the prospective contractor's facility. Concerns having the expertise and required capabilities to provide the supplies described herein are invited to submit complete information discussing the same to Scott.A.Wood@uscg.mil and Christine.Quintana@uscg.mil within 60 calendar days from the day this notice is posted. ALL inquiries and responses shall be in writing submitted via email. Sources intending to respond to this RFI should thoroughly review the attached draft of the Basic Requirements Document and submit the following information: 1) Capability statement expressing interest in this requirement, describing your company and its capability to meet the minimum requirements identified in the attached requirements document, and description of your proposed supply that would meet the requirements. Product information should include descriptive literature such as catalog cut sheets, product data sheets, commercial catalogs, etc. 2) Statement of your standard warranty. 3) Average delivery/lead time. 4) Identification of your firm's business size. 5) Cage Code and DUNS number. 6) Reference list of previous contracts (Commercial and/or Government) the particular supply was provided. 7) Any Comments on the attached draft of the Basic Requirements Document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-I-030245 /listing.html)
- Record
- SN03966908-W 20151212/151210234921-f59775e500f2f32e537c61c416a779f3 (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 |