Medium Range Patrol Vessel -Foreign Military Sales

expired opportunity(Expired)
From: Federal Government(Federal)
70Z02323R92200004

Basic Details

started - 05 Jun, 2023 (11 months ago)

Start Date

05 Jun, 2023 (11 months ago)
due - 05 Jul, 2023 (10 months ago)

Due Date

05 Jul, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
70Z02323R92200004

Identifier

70Z02323R92200004
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34485)US COAST GUARD (24556)HQ CONTRACT OPERATIONS (CG-912)(000 (915)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Information (RFI)Purpose: The Coast Guard is issuing this request for information (RFI) for market research purposes to identify parties having an interest in providing a Medium Range Patrol Vessel in support of Foreign Military Sales.Mission: The Medium Range Patrol Vessel is needed to provide the ability to patrol maritime domain out to the limits of the Exclusive Economic Zone (EEZ). The vessel should be capable of sustained operations in seas over 200 nautical miles (NM) offshore to support efforts to guard against Illegal, Unregulated, and Unreported Fishing (IUUF) fleets; counter illicit trafficking, transnational organized crime, and terrorism; enhance maritime safety, and secure the maritime domain. The vessel should be equipped to support maritime law enforcement activities, to include boarding of vessels, search and rescue operations, and maritime patrol in tropical waters.The following is a list of the vessel characteristics. Length: approximately 100-115 feet
(‘)Maximum speed: approximately 20-25 knots (KTS)Cruise speed: approximately 10-15 KTSEndurance: 10 days continuous at seaRange: 200 NM offshore, approximately 2,000 NM totalAccommodation: 15-25 crew members (to include berthing/messing)Engine type: Caterpillar diesel enginesPropulsion system: fixed-pitched propellers and marine transmissionsAuxiliaries: electrical system and Caterpillar generator setsShore power: compatible with 220 or 440 3-phase volts alternating current (VAC) with shore time cable.Mooring lines and fendering system: yesAntifouling paint: yesTowline and reel: yesCommunication equipment: commercial communication equipment, to include the following.Loud hailer-speakersHigh Frequency (HF) / Very High Frequency (VHF) communication equipment (air and maritime bands)Intercom systemVessel hornBlue strobe law enforcement lightsNavigation equipment: commercial navigation equipment, to include the following.Magnetic compassMarine radar with integrated displayGlobal Positioning System (GPS)Chart plotterDepth sounderFuruno’s CHIRP Side-Scan Sonar (Compressed High Intensity Radar Pulse CHIRP).Weapons mounts and foundations for law enforcement-type armament: yesSmall Boat: One (1) Rigid Inflatable Boat (RIB) with Yamaha outboard with the capability of underway launch and recovery.Imager: One (1) commercial thermal imager, FLIR model M324XP or equivalent, and associated accessories for the vessel. The thermal imager must be fixed-mounted and powered by the vessels electrical system.Initial spare parts: to support two (2) years of service estimating 1,000 hours/year of operationInitial familiarization training for crew and maintenance personnel: yesStandard Warranty: two (2) years of coverageThe applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 336612.Submission Instructions: Interested parties are invited to submit a response and include answers to the following:Does your company currently offer a suitable commercial vessel that will meet the agency’s need? If so, please provide product information. If not, do you offer a commercial vessel that can be modified to meet the requirement? If so, please provide product information. Rough order of magnitude / cost estimates for one (1) vesselEstimated production schedule (from award to delivery)Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information.What information and/or resources would you typically need from the government to perform this effort?What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)?Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI.All responses and questions regarding this RFI must be emailed to Micha.A.Wisniewski@uscg.mil and Karl.A.Harris@uscg.mil and include RFI Number 70Z02323R92200004 in the subject line.The Government will acknowledge receipt of the information received and may provide feedback or inquiries to respondents with respect to the information submitted.Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically-sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website.Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement.No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.

WASHINGTON            DC 20593  WASHINGTON , DC 20593  USALocation

Place Of Performance : WASHINGTON DC 20593 WASHINGTON , DC 20593 USA

Country : United StatesState : District of Columbia

You may also like

FOREIGN MILITARY SALES C-130J CAPABILITY MANAGEMENT UPDATE 2 BLOCK UPGRADE 8.1.2

Due: 30 Dec, 2024 (in 7 months)Agency: DEPT OF DEFENSE

Foreign Military Sales (FMS) Pac Star Radio and Communication Equipment

Due: 24 May, 2024 (in 19 days)Agency: DEPT OF DEFENSE

Light Duty Fleet Services

Due: 31 Dec, 2024 (in 7 months)Agency: Village of Buffalo Grove

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 33661Ship and Boat Building
pscCode 1925Special Service Vessels