Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOURCES SOUGHT

19 -- Cutter Boat Over-the Horizon IV (CB-OTH-IV) - CB-OTH-IV

Notice Date
11/9/2010
 
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
HSCG23-11-I-ADB013
 
Archive Date
12/4/2010
 
Point of Contact
Jennifer Sokolower, Phone: 2024753777
 
E-Mail Address
jennifer.sokolower@uscg.mil
(jennifer.sokolower@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
GFI Allowed Chemicals List Example GFI Supply Item Change Record GFI TCTO Process Guide CB-OTH-IV Enclosure 1 CB-OTH-IV Draft SOW CB-OTH-IV Draft Specification The United States Coast Guard (USCG) is searching for small business vendors interested and capable of manufacturing and delivering Cutter Boat Over-the Horizon IV (CB-OTH-IV)s that will deploy from USCG parent cutters such as the National Security Cutter and Fast Response Cutter class vessels. CB-OTH-IV 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. Parent cutters may employ the CB-OTH-IV at sea anywhere in the world, day and night, in varying sea and weather conditions. USCG intends to solicit for the CB-OTH-IV as a competitive small business set-aside under NAICS 336612. A Request for Proposal (RFP) is planned to be released within weeks of this RFI. USCG intends to acquire the CB-OTH-IV as a commercial item using a two-phase down-select evaluation process. The first phase will involve evaluation of the written proposals as submitted. USCG will award up to four Indefinite Delivery Indefinite Quantity (IDIQ) contracts based upon written proposals. Each IDIQ contract will include a guaranteed minimum of 1 boat. The second phase involves test and validation of the accepted initial boat. The result of the second phase will be down selection to a single contractor. The single down selected contractor will become the recipient of future production orders. REQUESTED INFORMATION USCG would like input concerning the small boat market's ability to meet all of the attached CB-OTH-IV specification requirements in 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. Input should include the need to lower any threshold requirement to an achievable level if they cannot be met. USCG needs information on the small boat industry's ability to provide removable ballistic protection as described in Section 164 and address any impact of requiring ballistic protection on the other requirements in the Specification. USCG needs information as to whether or not any of the requirements are considered non-commercial. FORMAT Those providing a response to this RFI should carefully read the attached draft specification, draft statement of work, Enclosure 1, and government furnished information (TCTO Process Guide, Supply Item Change Record, and Allowed Chemicals List Example) and provide the following: 1. Specification matrix using the following columns: Document Reference, Issue/Question, and Comment. The Matrix should address, at a minimum, the information outlined above in "Requested Information". 2. A rough estimate of the production timeframe and price. 3. Any other information pertinent to this RFI as it relates to the ability of the small business small boat industry to provide a commercial solution. SUBMISSION Information in response to this RFI must be submitted by email to Jennifer.Sokolower@uscg.mil within 10 days of this posting. Supplemental materials such as brochures and product literature may also be submitted to the above email address. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-I-ADB013/listing.html)
 
Record
SN02324743-W 20101111/101109234047-239cfb609051ccad9da0c148c355aa40 (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.