SPECIAL NOTICE
B -- Request for Information (RFI) for the USCG Great Lakes Ice Breaker
- Notice Date
- 11/9/2020 7:49:48 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- USCG_GLIB_RFI
- Response Due
- 12/8/2020 8:59:00 PM
- Archive Date
- 05/30/2021
- Point of Contact
- LT Merritt Anderson, Mackie Jordan
- E-Mail Address
-
Merritt.E.Anderson@uscg.mil, Flora.m.jordan@uscg.mil
(Merritt.E.Anderson@uscg.mil, Flora.m.jordan@uscg.mil)
- Description
- This is a Request for Information (RFI) only for purposes of market research for a requirement for contractor support with United States Coast Guard (USCG) for Icebreaker model tests in open water and ice for a Great Lakes Ice Breaker (GLIB). The USCG has determined that recapitalization of the service's icebreaker fleet is necessary to meet existing and projected mission demands and has initiated a program to acquire an icebreaker. The USCG is now in the Needs phase of acquiring a new GLIB. This phase involves determining the capability need and understanding capability requirements. As part of the Needs phase, the USCG has a requirement for USCG Icebreaker model tests in open water and ice as further described in the attached Statement of Work (SOW). This is not a request for proposals and in no way obligates the Government to award any contract. Furthermore, the USCG is not at this time seeking proposals, and will not accept unsolicited proposals. All costs associated with responding to this sources sought notice will be solely at the responding party's expense. The purpose of this sources sought notice is to: (1) gain knowledge of any potential available qualified sources; (2) responses will be used to make acquisition strategy decisions for this procurement; (3) obtain industry feedback and comments on the attached draft SOW; and (4) gain knowledge of industry practices of company's engaged in providing the needed services. Not responding to this sources sought notice does not preclude participation in any further RFP, if any is issued. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this sources sought notice. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this sources sought notice. Please be advised that all submissions to this RFI become Government property and responses will not be returned. The information provided may be used by the USCG in updating the attached SOW. The USCG intends to solicit and award a contract for USCG GLIB model tests in open water and ice as described in the attached SOW. The USCG would like any interested parties to review the attached draft SOW, and to respond to this RFI with an executive-level response which addresses the following information: 1. Name of Company, Address, DUNS Number/CAGE Code, and Point of Contact Information (i.e. phone number, and email address); 2. Statement of whether the firm currently has the capabilities to meet the requirements in the attached SOW. Please provide a description that provides insight into your firm's capabilities to include, but not limited to, facilities and any specialized labor categories that are required to fulfill the requirements in the SOW. 3. The location of the facility where the work is to be executed. The Government anticipates that the proposed place of performance will be the contractor's facility for performing the requirements in the attached SOW. 4. Evidence of relevant experience in work of similar type, scope, and complexity to the tasks outlined in the attached SOW. Please include a very brief, but concise synopsis of the scope and breathe of the projects. 5. Provide a description of the following technical aspects utilized at your facility: a. Typical ice properties for the range of thicknesses proposed, including flexural strength, crushing strength and elastic modulus utilized by the facility. b. Ice property measurements technique utilized by the facility. c. Methodology and procedures used by the basin to ensure model-ice coefficients of friction are correctly modeled. 6. If subcontractors or teaming arrangements are expected to be used to fulfill the requirements of the SOW, provide a brief description the subcontractors�/teaming arrangements� functions. 7. The Government expects to award the contract in early 2021. Statement of whether the firm can complete all tasks within the timeframe proposed in paragraph 9.0, Period of Performance, and paragraph 11.0, Schedule, of the SOW. �Provide a proposed earliest start time, end time, and duration of effort based on firm capability and availability. 8. �Provide a rough order of magnitude (ROM) cost estimate for the entire SOW, what percentage of the ROM devoted to Ice Testing requirements. 9. Provide input regarding which contract type (i.e. Firm Fixed Price (FFP), Cost Reimbursement, Time and Material) are typically used by the firm for pricing similar services/tasks with other clientele in both private and Government sectors. The Government anticipates that the requirements in the attached SOW will be solicited on a firm-fixed price (FFP) basis. 10. For Government awareness, describe any standard contract financing or payment terms (i.e. progress payments, performance based/milestone payments) typically used by industry when fulfilling requirements similar to those in the attached SO. 11. As discussed previously, the USCG has initiated a program to acquire a USCG Icebreaker that will probably require future work with industry. If the firms believes that it will engage in future efforts related to the USCG Icebreaker acquisition, provide a statement on how the firm would mitigate any potential organizational conflicts of interest (OCI), defined by FAR Subpart 9.5, as a result of the firm�s potential award of a contract to fulfill the requirements of the attached SOW. In addition, responses to the RFI may include recommended edits and comments on the attached draft SOW to enhance clarity and task execution. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Again, this is not a request for proposals and in no way obligates the Government to award any contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1af73f3b6c2f4997be57253772a3a034/view)
- Record
- SN05849070-F 20201111/201109230137 (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 |