SOURCES SOUGHT
19 -- Escort Vessel
- Notice Date
- 7/27/2005
- Notice Type
- Sources Sought
- NAICS
- 336612
— Boat Building
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-05-R-Vessel-Escorts
- Response Due
- 8/11/2005
- Archive Date
- 3/30/2006
- Description
- SOURCES SOUGHT ? Escort Vessels Address: Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS-4C/JP), U.S. Coast Guard Headquarters, Half Street Annex, 1900 Half Street SW, Suite 1100, Washington, DC, 20024 POC: Ms. Jennie Peterson, Contracting Officer, Phone 202-475-3215, e-mail jpeterson@comdt.uscg.mil Description: This is a Sources Sought Synopsis. The U.S. Coast Guard (USCG) is conducting market research in support of the potential acquisition of Escort Vessels to support armed escorts, boarding operations, and intercepts of suspect vessels. Missions will be conducted up to 75 NM offshore in all weather conditions and seas up to 12 feet in height. The proposed vessel must be capable of operating approximately 2,700 hours per year broken down as 10% at maximum speed, 80% at cruising speed, 10% at idle, and is expected to be in service for 25 years. In order to conduct these missions the vessels must be highly maneuverable and have excellent seakeeping. In addition to primary missions, the vessel must able to conduct other traditional USCG missions such as recovering persons from the water, conducting helicopter transfers, and providing ?first responder? medical assistance including working with a Stoke?s litter in the interior of the vessel. Preliminary requirements for this class of vessels include: a. Aluminum construction b. Length overall not to exceed 65 ft c. Draft not to exceed 4 feet 6 inches d. Environmentally controlled cabin with secure shock absorbing seating for four crew and a 10 person boarding party e. Habitability to include berthing for two crew, permanent head, and minimal galley facilities f. Diesel propulsion with waterjet propulsors g. Top speed of at least 35 knots h. 300 nautical mile range at a speed 30 knots w/ 10% reserve i. A prominent fendering system to protect the vessel during boarding and ?shouldering? operations j. Ability to support a forward mounted remote control weapons system weighting up to 1,000 pounds k. Aft mounts for the installation of light machine guns l. Complete complement of navigational electronics m. Complete complement of short and long range communication electronics including VHF, UHF, HF and SATCOM and a headset crew communications system. n. Electrical power including 12 / 24 VDC and 120 VAC with shore power connection and isolation transformer o. Lighting to include searchlights, task lighting, day-night interior lighting, and navigation lights. p. Ability to support an installed infra-red camera system with a 30 pound pan/tilt remote head q. Substantial fittings for towing aft, towing alongside and mooring r. Stable in all operational conditions, one compartment damaged stability s. Hull construction to a recognized standard such as ABS or Det Norske Veritas t. Systems installation in accordance with ABYC standards Additional requirements being considered included ballistic protection for windows and cabin structure to protect the crew from small arms fire (7.62 mm fired at 50 ft) and a mast/appendages that can be easily retracted for reduced bridge clearance. Information Sought: Interested boat builders are encouraged to respond to this announcement as soon as possible with a notice of interest and then follow up with complete response information. In the complete response, companies should provide a summary of their capabilities and their expected ability to meet the requirements above. Responses should include: (a) name and address of the contractor and where the boats would be built (b) point of contact including name, title, phone and e-mail address (c) size of the contractor, average annual revenue for the past three years and the number of employees (d) description of the boats currently offered by the contractor that currently meet, or with modifications, might meet the above listed requirements (e) preliminary estimates of the boat costs if available (f) whether the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or Woman Owned company, Hub Zone Small business, veteran owned small business, or service disabled veteran owned small business. Then NAICS code related to this boat is 336612. Where to Submit: Submissions should be sent via mail or e-mail to the above address. Companies are encouraged to make submissions via alternate means due to current limitations on the postal system. E-mail submissions may include files in Microsoft Word format or Adobe Acrobat (*.pdf) format. Drawings may be submitted electronically in AutoCAD *.dxf or *.dwg format. HOWEVER, large files should not be sent electronically due to server space availability. When to Submit: The deadline for submissions is 11 August 2005 at 1400 (EST). Notice Regarding Solicitation: Please note that this synopsis is for information purposes and to identify potential sources. This notice does not constitute and Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. Notice Regarding Proprietary Information: All submitted materials will be designated for Government Use Only. Other: No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests.
- Place of Performance
- Address: TBD
- Record
- SN00855499-W 20050729/050727211523 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |