MODIFICATION
20 -- RFI-USCG-WCC-2020-1 - U.S. Coast Guard Waterways Commerce Cutter (WCC)
- Notice Date
- 1/10/2020 7:54:44 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- RFI-USCG-WCC-2020-1
- Response Due
- 1/27/2020 8:59:00 PM
- Archive Date
- 02/11/2020
- Point of Contact
- James Ferguson, Contract Specialist, Phone: (202) 475-3194, Fax: 202-372-8447, Rhonda Duncan, Contract Specialist, Phone: 202-475-3016, Fax: 202-372-8447
- E-Mail Address
-
james.f.ferguson@uscg.mil, Rhonda.R.Duncan2@uscg.mil
(james.f.ferguson@uscg.mil, Rhonda.R.Duncan2@uscg.mil)
- Description
- U.S. Coast Guard Waterways Commerce Cutter FAR Provision 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this Request for Information, each response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining market information and capabilities from prospective offerors.� The U.S. Coast Guard (USCG) will use information received to finalize its acquisition strategy � especially to determine whether the inland buoy tender (WLI) is a commercial item and whether a small business set-aside is appropriate. �����������������������������������������������������(End of provision) This Request for Information is issued for the USCG program office.� Questions may be directed to wcc@uscg.mil. TOP LEVEL REQUIREMENTS:� In continuance of its plan to replace the capabilities of four WLIs, the USCG is releasing a revised top-level requirements document (initially released November 4, 2019).� See attachment (1) which provides data on top-level requirements for the WLI replacements. USCG is requesting information from any shipbuilder that has built a ship satisfying the requirements described in attachment (1) - or a ship that could meet those requirements subject to modifications as described in the definition of Commercial Item (see Subpart 2.1 of the Federal Acquisition Regulation).� If a shipbuilder has not built such a ship, but knows of a design (built in another shipyard) which otherwise meets the above and the shipbuilder can build that existing design, then USCG is requesting information from it as well. Regarding the above, the following information is requested: --Sufficient data about the ship to allow a thorough comparison against the USCG�s top-level requirements for� the WLI; --Photographs or drawings or both; --The name of the naval architect firm; and --Whether the shipbuilder qualifies as a small business for NAICS code 336611 (i.e., shipbuilding with size standard of 1,250 employees). Please submit all responses via e-mail and limit responses to not more than 8 pages.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/20a2d59d136e4f28b5c02a17e1b55dc1/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05531616-F 20200112/200110230126 (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 |