Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOURCES SOUGHT

20 -- United States Coast Guard (USCG) Integrated Deepwater Systems Project Office Market Research Regarding The State Of The Market For Proven (e.g. in service) Patrol Boat Designs

Notice Date
4/6/2006
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
Reference-Number-HSCG23-06-R-FRC-RFI
 
Response Due
5/7/2006
 
Archive Date
5/7/2006
 
Description
This Request for Information (RFI) is issued by the United States Coast Guard (USCG) Integrated Deepwater Systems Project Office as a means of market research regarding the state of the market for proven (e.g. in service) patrol boat designs. This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Request for Unsolicited Proposal, or as an obligation or intent by the USCG to acquire any products and/or services. The USCG does not intend to award a contract on the basis of this RFI or otherwise pay for the requested information. This RFI will assist in programmatic decisions regarding options to address the urgent need for patrol boat capability, and the replacement of the forty-nine (49) existing Island Class patrol boats with minimal developmental and programmatic risk. This RFI seeks principal patrol boat design particulars and operational features on vessels that are currently in operation and have the potential to meet USCG requirements. Furthermore, these vessels shall meet the USCG requirements without significant development (e.g. as parent craft design or as a variant of the parent craft). Information submitted must be based on: 1) proven currently in service vessels that are capable of being built in the United States (US); 2) service vessels that are capable of being licensed for building in the US; or, 3) building a variant of the vessel is capable of being licensed in the US. New and unproven (not in service) designs are not of interest in this request and will not be reviewed. The Patrol boat?s missions will generally occur in both littoral (coastal) and deep water (beyond 50 nautical miles from shore). The Patrol Boat will typically entail near-shore fisheries protection, choke-point interdiction, barrier patrols, search and rescue operations and command presence in areas of distress. When deployed, operations will generally take place within 300 nautical miles of homeport or advance shore base. To better define what the USCG desires in a Parent Craft, the top level requirements for the planned Patrol Boat Replacement Project (Fast Response Cutter) are identified in section I of the attachment. Recognizing that proven designs may not meet all the desired requirements listed in section I of the attachment or that proven designs could possibly be modified to meet the requirements listed in the attachment, proven designs within or near the range of characteristics identified in section II of the attachment may be submitted for consideration. The information requested is intended to include, but not be limited to, engineering and operational design details, boat developmental history, operational history, user contacts and other information that would be helpful for making programmatic decisions. Specifically, the requested minimum and desired information is listed in section III of the attachment. Any restrictive markings included on the data listed below shall be adhered to by the USCG. In responding to this request, data and information (drawings, documents, tables, graphs, etc.) may be submitted in different formats and media (paper or electronic files). The USCG will generally treat all information received on a need-to-know basis, however responders should specifically mark or identify any information they perceive is proprietary/confidential for which they seek added confidentiality. All proprietary or classified information submitted with this RFI will be treated as business sensitive or to the extent specified by the provider. All proprietary or classified information received will be destroyed by the USCG within six months of receipt unless the provider requests that it be returned. Costs associated with returning information shall be incurred by the provider of such information. Industry is advised that Government?s support contractors (BMT Designers and Planners, Incorporated and Booz Allen Hamilton) as well as the Prime Contractor for the Deepwater Program (Integrated Coast Guard Systems/Lockheed Martin/Northrop Grumman) will be involved with the review of submitted information. If a Government support contractor other than those listed above will be involved with the review of submitted information, each vendor that has responded to this RFI will be notified before their information is provided to the support contractor for review. All Government support contractors required to review the information will be required to submit non-disclosure or confidentiality statements. Submission of a response to this RFI is entirely voluntary. The voluntary submission of a response to this RFI shall not obligate the USCG to pay or entitle the submitter of information to claim any direct or indirect costs or charges or any other remuneration whatsoever. The USCG understands that any pricing information submitted under this RFI is an estimate only and is not binding nor constitute a proposal. Responses to this RFI can be submitted to Mr. Damon McGill (G-ACS-5) via email (damon.mcgill@dwicgs.com) or hard copy mail no more than 30 days after the RFI?s posting in FedBizOpps. Responses received more than 30 days after the RFI?s posting in FedBizOpps may not be afforded a comprehensive review. Responses shall include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives.
 
Place of Performance
Address: N/A
 
Record
SN01021943-W 20060408/060406220422 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.