SOURCES SOUGHT
19 -- Request for Information - Replacement of Polar Class Icebreakers for USCG
- Notice Date
- 1/31/2013
- Notice Type
- Sources Sought
- 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
- HSCG23-13-I-ICERFI
- Point of Contact
- Katherine E. Powers,
- E-Mail Address
-
icebreaker@uscg.mil
(icebreaker@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- 1 Synopsis This Request for Information (RFI) is issued by the United States Coast Guard (USCG) Polar Icebreaker Replacement Project Office as a means of market research for (A) candidate heavy polar icebreaker designs and (B) United States (US) shipyards capable of building a heavy polar icebreaker. This RFI is issued as a precursor to a potential polar non-nuclear icebreaker procurement program and to initiate market research in assisting the USCG develop an acquisition strategy for new construction of a potential non-nuclear heavy icebreakers. This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Request for Unsolicited Proposal, or as an obligation or intent by the USCG to acquire any products and/or services. The USCG does not intend to award a contract on the basis of this RFI or otherwise pay for the requested information. 2 Purpose The purpose of this RFI is to assess industry's capability (A) to provide a candidate design for a heavy polar Icebreaker and (B) to build a heavy polar icebreaker. The USCG requests that members of industry respond to this RFI by describing their ability to fulfill one or both of these capabilities. The Congressional Research Service "Coast Guard Polar Icebreaker Modernization: Background and Issues for Congress" Report, dated December 10, 2012, provides additional background information on the Coast Guard's missions and current icebreaking capabilities. 3 Polar Icebreaker Design At a minimum, a candidate heavy icebreaker design must be able to perform the missions performed by the USCGC Polar Star. At a continuous speed of 3 kt, the Polar Star can break ice 6 ft (1.8 m) thick, and by ramming can break 21 ft (6.4 m) pack. Further information regarding the USCGC Polar Star can be accessed via: http://www.uscg.mil/pacarea/cgcPolarStar/History.asp. Information on candidate designs submitted must be based on: 1) Proven, currently in-service vessels that are capable of being built in the US; 2) In-service vessel designs that are capable of being licensed for building in the US; 3) Variants of in-service vessel designs capable of being licensed in the US; or 4) For new designs or new construction, also include details regarding its current status and expected in-service date. Candidate designs responses will be accepted from both domestic and international entities, but the vessel must be able to be licensed to be built in the US. Please submit general information on a candidate design and a point of contact for design-specific follow-up questions. 4 Polar Icebreaker Construction This RFI seeks to identify available US shipyards with adequate facilities or the ability to enhance current infrastructure to build at least one heavy polar icebreaker. For heavy icebreaker construction, the shipyard must have the capability of utilizing approximately 1-3/4" (71# plate) steel. A candidate facility will have the required infrastructure to construct an icebreaker similar in size to the USCGC Polar Star. Dimensions for the USCGC Polar Star are: Displacement (Full Load) • 13402 tonnes • (13190.3 (uk) t) • (14773.2 t (short)) Length • 121.6 m (399.0 ft) Beam • 25.6 m (84.0 ft) Draught • 9.8 m (32.2 ft) Interested parties are requested to submit the following information: • Description of US Shipbuilding Facility o Location o Manufacturing Capabilities o List of Representative Past Projects • Facility Enhancements Required to Build a Polar Icebreaker (If Applicable) • Lead time to Enhance Infrastructure (If Applicable) Responses will only be accepted from US Shipyard facilities. 5 Additional Notes This is not a solicitation and no contract will be awarded from this announcement. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award any contracts. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort in responding to this notice. This RFI is intended to initiate the Coast Guard's market research and industry engagement to inform and shape a potential acquisition strategy. The Coast Guard and its designated agents intend to contact respondents with viable demonstrated capabilities directly in order to shape program requirements and to more effectively prepare for future industry interaction. Any restrictive markings included on the responses shall be adhered to by the USCG and its designated agents. In responding to this request, data and information (drawings, documents, tables, graphs, etc.) may be submitted in different formats and media (paper or electronic files). All responses shall be unclassified. The USCG will generally treat all information received on a need-to-know basis; however, responders should specifically mark or identify any information they perceive is proprietary/confidential for which they seek added confidentiality. All proprietary or classified information submitted with this RFI will be treated as business sensitive or to the extent specified by the provider. All proprietary or classified information received will be destroyed by the USCG within twelve months of receipt unless the provider requests that it be returned. Costs associated with returning information shall be incurred by the provider of such information. Submitters are advised that Government support contractors will be involved with the review of submitted information in addition to the USCG. All Government support contractors required to review the information will be required to submit non-disclosure or confidentiality statements. Submission of a response to this RFI is entirely voluntary. The voluntary submission of a response to this RFI shall not obligate the USCG to pay or entitle the submitter of information to claim any direct or indirect costs or charges or any other remuneration whatsoever. The USCG understands that any pricing information submitted under this RFI is an estimate only and is not binding nor constitutes a proposal. Responses to this RFI should be submitted to Ms. Katherine Powers (CG-9125) via email ( icebreaker@uscg.mil ) by 2:00 p.m. on March 1, 2013. Responses received after this date may not be afforded a comprehensive review. Responses shall include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. 6 Point of Contact USCG Polar Icebreaker Replacement Contracting Office: icebreaker@uscg.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-13-I-ICERFI/listing.html)
- Record
- SN02977216-W 20130202/130131234905-785e53cf21c659ad534ddcf7f7250989 (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 |