Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2025 SAM #8579
SOURCES SOUGHT

19 -- Response Boat - Small, 3rd Generation (RB-S III) Request for Information (RFI)

Notice Date
5/21/2025 9:51:22 AM
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02325I93250001
 
Response Due
6/19/2025 11:00:00 AM
 
Archive Date
07/04/2025
 
Point of Contact
William E. Lewis
 
E-Mail Address
William.E.Lewis3@uscg.mil
(William.E.Lewis3@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
United States Coast Guard Response Boat - Small, 3rd Generation (RB-S III) Request for Information (RFI) Synopsis: The U.S. Coast Guard (USCG) is conducting market research in preparation for replacing the 29� Response Boat - Small 2nd generation (RB-S II). The USCG would like to gauge any industry changes that may have occurred in recent years. The RB-S II is a shore-based boat with primary missions in Search & Rescue (SAR); Law Enforcement (LE); Ports, Waterways, Coastal, and Security (PWCS); Drug Interdiction (DI); and Migrant Interdiction (MI). The USCG is pursuing a boat that can conduct SAR, LE, PWCS, DI, and MI operations in a variety of environments. A preliminary table of requirements outlining the desired features in the RB-S III is attached. This RFI seeks information regarding the following: Do you have a boat already in production that meets the preliminary requirements or a design that could be modified to meet the requirements? If so, please provide information on the design and any boats that have been built to this design (specification sheets, drawings, photographs, production information, etc.). Do you have a boat that meets the preliminary requirements or a design that could be minimally modified to meet the requirements that is currently in an open contract with any federal government agency? What features and design standards would you incorporate that are innovative or an industry practice? What stability and buoyancy standard would you use? What structural standard would you use? Can you build and deliver an operational test and evaluation boat in a 3-month timeframe? Can you build and deliver an operational test and evaluation boat in a 6-month timeframe? Is 7 years a reasonable period to build and deliver the full fleet of approximately 348 boats? How can the USCG consider quality as part of its �Best Value� evaluation? How can the USCG consider �Fit and Finish� of a boat outside the context of warranty in a �Best Value� trade off consideration? How can the USCG consider crew comfort in terms of material or equipment selection in a �Best Value� trade off consideration? In reviewing various builders� commercial offerings, the �finish� when compared to boats offered in the past to the USCG appeared �inferior.� Is there a requirement that causes this �inferior� offering (i.e., looking to obtain �Touring model,� using automative terminology as a reference)? For lifecycle support, to what extent do you normally provide logistics information (CAD models, drawings, and technical data)? What are the standard warranty terms? What is the ROM for a first article RB-S III boat? What is your company�s size? Please discuss the normal payment terms for such a contract. Please discuss security forms you normally provide to support a contract. Please provide other comments on the draft specifications. Responses to this RFI shall be submitted to William.E.Lewis3@uscg.mil. This special notice is for market research and planning purposes only. It does not constitute a solicitation and shall not be construed as a commitment by the Government to award a contract from responses to this announcement. Any information submitted by interested parties is strictly voluntary and no monetary compensation will be provided for response preparation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b08fdb59f9d24c5c98b006eae35aa594/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07451900-F 20250523/250521230051 (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 |
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.