Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2012 FBO #3942
SOLICITATION NOTICE

19 -- USCG Offshore Patrol Cutter (OPC) Synopsis

Notice Date
9/7/2012
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
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, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG2312ROPC001
 
Point of Contact
Carl McGill, , Katherine E. Powers,
 
E-Mail Address
Carl.E.McGill@uscg.mil, Katherine.E.Powers@uscg.mil
(Carl.E.McGill@uscg.mil, Katherine.E.Powers@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard has a requirement for Preliminary & Contract Design (P&CD), Detail Design (DD), and construction of up to 11 Offshore Patrol Cutters (OPC). The OPC acquisition will utilize a two-phase, down-select strategy and will be conducted in accordance with Part 15, Contracting by Negotiation, of the Federal Acquisition Regulation (FAR). Phase I entails a full and open competition for Preliminary and Contract Design (P&CD) awarded to a maximum of three offerors. The Coast Guard intends to competitively award the Phase I contracts in Fiscal Year (FY) 2013. Phase II will be a down-select from the three Phase I contractors and completed by exercising an option with a single contractor for Detail Design (DD) with additional options for Long Lead Time Materials (LLTM), lead ship, eight to ten follow ships and ancillary services and supplies. Phase II is planned for award in FY 2016. Phase I will be a Firm Fixed Price (FFP) contract, whereas Phase II will predominately be Fixed Price Incentive (Firm Target) with Economic Price Adjustment (EPA). Phase II will also include a mix of FFP and Cost Plus Fixed Fee (CPFF) Contract Line Item Numbers (CLINs). The location for the performance of Phases I and II will be at the contractor's facility. The estimated total period of performance for Phases I and II is projected to be from FY 2013 through FY 2028. In June 2012, the Draft Request for Proposal (RFP) was posted at http://www.uscg.mil/acquisition/opc/draftrfp.asp. The final RFP is expected to be posted to FBO on September 25, 2012, under solicitation number HSCG23-12-R-OPC001. The Coast Guard recognizes that the solicitation will likely be amended and therefore intends to respond to questions and post updates and amendments to FBO on Wednesdays, as needed, beginning October 10, 2012. Written proposals are scheduled to be due in January 2013, and the planned award date is September 2013. All proposals submitted by responsible parties will be considered by the Coast Guard. BRAND NAME REQUIREMENTS Per the OPC RFP, Section C, "There are two requirements for brand name applications - the MAFO watertight doors and classification services provided by American Bureau of Shipping (ABS)." MAFO watertight doors will be used due to their lifecycle cost savings and overall efficiency as compared to standard watertight doors. ABS will be used as the ship classification agent as is required by the Coast Guard Authorization Act of 2010, Title IV, Section 402, Chapter 15, Subchapter II, Section 573(c)(3)(A). Brand Name Justifications and Approvals (J&As) for the use of MAFO watertight doors and ABS will be published on FBO along with the OPC solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG2312ROPC001/listing.html)
 
Record
SN02873833-W 20120909/120908002424-848f063ca01e67fa3f7bf8198f1e2ef9 (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.