SPECIAL NOTICE
19 -- Special Notice- Request for Information (RFI)-Combinational Windlass System with Drum Winch and Gypsy Head
- Notice Date
- 5/19/2021 1:32:56 PM
- Notice Type
- Special Notice
- NAICS
- 423860
— Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z085-WLI065-RFI-FY-22
- Response Due
- 6/30/2021 9:00:00 AM
- Archive Date
- 07/30/2021
- Point of Contact
- Alec Carignan, Naval Engineering, Phone: 510-437-5455, Torben O. Ohlsson, Contract Officer
- E-Mail Address
-
Alec.C.Carignan@uscg.mil, Torben.O.Ohlsson@uscg.mil
(Alec.C.Carignan@uscg.mil, Torben.O.Ohlsson@uscg.mil)
- Description
- SPECIAL NOTICE -REQUEST FOR INFORMATION Combinational Windlass System with Drum Winch and Gypsy Head.� This Request for Information (RFI) is issued by the United States Coast Guard USCG, Surface Forces Logistics Center for the purpose of planning and market research only. NOTICE ID#� 70Z085-WLI065-RFI-FY-22 This NOT a solicitation, NOR does it imply that one will be issued in the future. This Request for Information (RFI) is issued by the United States Coast Guard USCG for the purpose of planning and market research only.All responses are voluntary, and any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Responses will not be returned. This synopsis is being posted to the Contract Opportunities page located at beta.SAM.gov �and is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the beta.SAM.GOV site to access information posted by the USCG. SPECIAL NOTICE � SOURCES SOUGHT. The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e) to determine the potential sources and technical capability of industry to provide the USCG Ice Breaker, Buoy, and Construction Tenders (IBCT) Product Line (PL) Electrical Engineering Division with information about industry ability to provide a Commercial Off the Shelf (COTS) a Combinational Windlass System with Drum Winch and Gypsy Head for use on 65-ft WLR buoy tenders. The general requirements for the assets are specified in the attached Product Requirement Document (PRD). Currently, the following infrastructure is the Combinational Windlass System with Drum Winch and Gypsy Head that was originally manufactured by New England Trawler Equipment Company. The system is model X-1988 and has the following system ratings: Overall Dimensions:� 49� wide, 39� long, and 35� tall. Overall width and Winch Drum widths are both limited by system location and a short Fleet Angle Distance. Capable of 30 minutes continuous duty and is marine rated to IEEE45 specification. �� Winch Drum:� Capacity of 500� of 3/8 wire and an additional layer of 3/8� chain. Capable of 1,500lbs pulling force at 50 feet per minute (measured at the average layer). 20� Outer Diameter, 8-5/8� Inner Diameter, 10� wide. Can be decoupled from the winch motor using the Clutch. Gypsy Head: Rated to 1,600lbs force at 45 feet per minute. 10� Diameter. The Gypsy Head is always connected to the electric motor and electric brake via the gearbox. Clutch: Lever mechanism that couples and decouples the Winch Drum allowing independent use of the Gypsy Head. Electric Motor:� 4 horsepower 208V, 3 Phase, 60Hz Electric Brake: �230VDC rated to 15-ft lbs. Force transmits through 100:1 gear box resulting in 1500 ft-lbs braking force at the Gypsy Head. Manual Brake:� Manual, screw-operated band brake on Winch Drum. Controls: Start, Stop, Reverse buttons mounted on deck. Electric Brake is automatically engaged at all times except when the Electric Motor is moving. IBCT 65-ft WLM cutter is in Petersberg, AK. The Combinational Windlass System with Drum Winch and Gypsy Head shall be compliant with all applicable federal regulations. This effort includes all the associated environment, safety, and occupational health, configuration management, engineering drawings, item unique identification, integrated logistics support, maintenance planning, power, technical publications, support equipment, and transportability of the system. This RFI is published to obtain information for use by the USCG IBCT PL, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror�s ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government�s use of such information. The Government may choose to visit, or host a visit from, any potential sources. This request for information/sources sought synopsis in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. All interested parties are strongly encouraged to submit an initial synopsis, commonly referred to as a white paper, for each approach. White papers should not exceed 15 pages, with an executive summary. All vendors with an appropriate product relating to the requirements set forth in this Sources Sought are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product�s capabilities against the potential requirements, the product�s system requirements, a projected pricing table, and any other specific and pertinent information that would enhance the understanding of the information submitted. If possible, white papers should identify what factor the vendor anticipates will be the single greatest risk to the reliability and sustainability of this system. Vendors should also identify support resources anticipated to be available for future maintenance needs such as replacement parts. Responses shall be: Identified by the RFI number (70Z085-WLI065-RFI-FY-22); and include: Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, duns number, cage code and or tax ID number, as well as business size category (large, small, small disadvantaged, etc.) and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. In electronic format (Adobe pdf or Microsoft Word) or hard copy format No more than (15) pages in length; Written in 12-point, Times New Roman with normal (condensed) spacing Margins of 1"" or greater on all sides NOT submitted using marketing materials; Submitted to email as indicated below. Proposals may be submitted by any government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. The Coast Guard encourages participation by small business, small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: 70Z085-WLI065-RFI-FY-22 Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. At the current time, FUNDING IS AVAILABLE for contractual efforts. This request for information does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ) or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All interested parties are encouraged to submit company and product literature, white paper, and/or other pertinent information for consideration of the Government by 12:00 PM PDT, 30 JUNE 2021. All information received in response to this notice that is marked proprietary will be handled accordingly. The USCG IBCT PL makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the IBCT PL's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes USCG property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. White papers may be submitted any time prior to expiration of this announcement. Electronic submissions and hard copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Electronic submissions regarding this announcement may be directed to the Technical POC, Mr. Alec Carignan, IBCT Product Line Naval Engineering, . Alec.C.Carignan@uscg.mil The complete mailing address to submit all information to is: Mr. Alec Carignan, IBCT Product Line Naval Engineering Mr. Torben Ohlsson, Contract Officer-IBCT Team Lead (West) Building 55, USCG Base Alameda , Coast Guard Island Alameda, CA 94501-5100 Reference Request for Information/Sources Sought Announcement Number 70Z085-WLI065-RFI-FY-22 when responding to this notice. Enginnering questions and related questions should be directed to the Technical POC, Alec.C.Carignan@uscg.mil. For contracting related questions only, the contracting POC is Torben Ohlsson, Torben.o.ohlsson@uscg.mil NO PHONE CALLS PLEASE DO NOT send white papers to the contracting POC. Please refer to announcement number 70Z085-WLI065-RFI-FY-22 �in all correspondence and communication.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4f5c599e36f24b98812cd56a161834c3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06006727-F 20210521/210519230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |