Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOURCES SOUGHT

19 -- United States Coast Guard Cutter Boat-ATON Large and Medium (CB-ATON) - CB-ATON_L and CB-ATON_M Specification - Construction Document for the CB-ATON-L Cutter Interface - Construction Document for the CB-ATON-M Cutter Interface - RFI Cover Letter

Notice Date
5/14/2010
 
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
HSCG23-10-I-MOT006
 
Point of Contact
Ijeoma Ezeonwuka, Phone: 202-475-3236, James Ferguson, Phone: (202) 475-3194
 
E-Mail Address
ijeoma.ezeonwuka@uscg.mil, james.f.ferguson2@uscg.mil
(ijeoma.ezeonwuka@uscg.mil, james.f.ferguson2@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Cover Letter Construction Document for the CB-ATON-M Cutter Interface Construction Document for the CB-ATON-L Cutter Interface CB-ATON_L and CB-ATON_M Specification REQUEST FOR INFORMATION (RFI) THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S) Government 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 at 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. Responses to the RFI will not be returned. Please be advised that 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. SCOPE: The USCG is searching for vendors interested and capable of manufacturing and delivering any of the two classes of Cutter Boat (CB) Aids to Navigation (ATON) (CB-ATON) or both: (1) The CB-ATON-Large (CB-ATON-L) Boat and (2) The CB-ATON-Medium (CB-ATON-M) Boat as specified in the attached draft specification and attached drawings. The new CB-ATON-L will be carried on board Juniper Class Seagoing Buoy Tenders (WLB) and the CB-ATON-M will be carried on board Keeper Class Coastal Buoy Tenders (WLM). Both Cutter Boat classes will be standard assets and will be deployed from USCG cutters (ships) for at sea and inshore operations or in port. The CB-ATON-L and CB-ATON-M will primarily support the Aids to Navigation (ATON) mission and also be capable of supporting Search and Rescue (SAR); Maritime Law Enforcement (MLE); and Ports, Waterways and Coastal Security (PWCS) and shall be capable of performing missions during day and night in varying sea conditions. REQUESTED INFORMATION: Respondents interested in providing a response to this RFI should carefully read the attached specification and submit information which clearly describes the following: (In A through E). A. The Company Capabilities to manufacture the any of the two classes of boats or both as well as proven commercial availability. All sources are requested to summarily address each specification listed and identify whether or not they can currently provide each of the specification requirements. B. Provide comments to the attached Specification as well as any recommended changes to the Specification. C. A rough estimate for any of the two classes of boats or both concerning production timeframe and price ranges. D. (1) Business Size in accordance with NAICS Code 336612. The expression of interest should state whether the concern is a Large or Small Business, and identify if Small Business Disadvantaged Business, HUB-Zone Business, Women Owned Business, 8(a) certified small business, Veteran Owned Business, Service Disabled Veteran Owned Small Business and business size under the potential NAICS, (2) Dun and Bradstreet number, (3) Any other Government contracts held including General Services Administration (GSA) Schedule (include the GSA schedule number), and (4) If your firm has recently submitted a proposal for any similar requirements with any Department of Defense, Department of Homeland Security, or other U.S Federal Government activities, please indicate this with your submission to include agency's name, solicitation number, and Contracting Officer's name and point of contact information. E. Any other information that your company feels is pertinent to this RFI. RESPONSES: Please submit information via email to Ms. I.J Ezeonwuka, Contract Specialist, at Ijeoma.Ezeonwuka@uscg.mil no later than 12 Noon EST on 04 June 2010. You may also submit supplemental materials such as brochures and product literature to the above email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-10-I-MOT006/listing.html)
 
Record
SN02150018-W 20100516/100514234825-feaad13dc5cdb87602d5f25349f05489 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.