Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
MODIFICATION

19 -- Boatswain's Mate (BM) "A" School Training Boat

Notice Date
9/2/2009
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
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
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-09-R-MNQ234
 
Archive Date
9/25/2009
 
Point of Contact
Todd W Blose, Phone: 202-475-3205, Waldron J O'Brien, Phone: 202-475-3238
 
E-Mail Address
todd.w.blose@uscg.mil, walt.j.o'brien@uscg.mil
(todd.w.blose@uscg.mil, walt.j.o'brien@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this RFP Amendment 4 is to revise and replace the original RFP Section (xiii) (3) – Instruction for Proposal Content with the following, to provide further detailed, clarifying information regarding the contents of Volume I in response to questions received for the subject RFP: (xiii) Additional contract requirements and terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices: (1)INSTRUCTION FOR PROPOSAL CONTENT: Offeror’s proposals shall be submitted in two separate Volumes. Volume I shall contain information addressing the: (a) Vessel Operational Capabilities and Physical Characteristics, (b) Construction and Logistics Capability and Quality Assurance, (c) Warranty Terms and Warranty Process, and (d) Relevant Past Performance. Offerors shall demonstrate the boat technical capabilities per the specifications (if responses are located in accompanying product literature, Offerors must cross-reference the page and paragraph number). Note that simply restating the specification or providing a blanket statement of full compliance is insufficient and will not be accepted as a demonstration of Offeror’s capabilities. If an Offeror fails to sequentially address all specifications, simply restates the requirements, or fails to comply with any of the RFP instructions, its proposal may be rejected and eliminated from further consideration. Offerors shall include in the proposal its detailed commercial warranty terms and process. Volume I shall address the specifications (Attachment A) SEQUENTIALLY; for example: Government’s Requirement: 100-1.1 The hull, main deck, and superstructure shall be aluminum, and constructed IAW ISO standard 12215 “Small craft – Hull Construction and Scantlings”. Contractor’s Response: “The Offeror shall…” Volume I shall clearly articulate how the Offeror will comply with the Training Boat Specification and be specific, detailed, and comprehensive enough to enable technical personnel to make a thorough evaluation of the proposed Training Boat and the Offeror’s capabilities. No price data shall be included in this volume. In the specification document, items followed by the word "Threshold" are minimum requirements or performance that the proposed product must have. Items followed by the word "Objective" represent desirable increases in operational capabilities. Each Offeror may include capabilities and equipment intended to achieve or exceed the “objective” requirements listed in the specification, however any proposed boat must meet all “threshold” or minimum requirements in order to qualify for award. For the Vessel Operational Capabilities and Physical Characteristics the proposal should include a narrative along with supporting information, including tables, illustrations and drawings. In particular the proposal should provide a narrative description of any features that allow the proposed Training Boat to accomplish its mission as described in the RB-M Specification. The narrative should be accompanied by supporting illustrations (photographs, drawings, renderings, etc.). The proposal should clearly indicate where the Offeror proposes to meet, or partially meet, objectives as identified in the Specification. The following should be addressed in the proposal: Design Maturity: Describe the maturity of the proposed Training Boat design and propulsion system as it relates to Specification 070-4. General Arrangements: Provide a description of the general arrangements of the proposed Training Boat and the functionality of the design as it applies to meeting the Training Boat requirements. Control Station Design - Provide a description of the pilothouse layout. Discuss the features of the controls consoles and indicate how they equipment mounting and location complies with the specifications. Powering, Speed and Range - Provide a narrative discussing the approach used to determine how the proposed Training Boat will meet the speed and range requirements. Claims should be supported by calculations or comparisons to existing craft with similar characteristics. Address the propulsion system prior service requirements (Specification 200-1.2) and emission requirements. Seakeeping - Provide a narrative describing the boat’s seakeeping and maneuvering ability. Provide a comparison to existing parent craft and any feature of the proposed boat that contribute to seakeeping and maneuvering capability. Weight - Provide a narrative describing how the proposed weight was estimated, the rationale behind any weight margins used and the weight control method to be employed. Submit a weight estimate of the proposed boat. It shall include the lightship weight and center of gravity, the weights and centers of gravity of the variable loads, and the weight and center of gravity in all load conditions as described in the Specification Stability - Provide a narrative discussing the approach used to determine how the proposed Training Boat will meet the stability requirements. Calculations may be provided to show compliance with stability requirements in the Minimum Operating and Full Load condition. Identify the watertight subdivision boundaries of the hull. Structural Design - Provide a narrative discussing the structural design of the proposed Training Boat, including the grade of aluminum and the methodology of structural analysis. Reliability, Supportability, and Maintainability – Provide a narrative to address how equipment was selected and integrated it into the design to achieve the operating profile and reliability requirements of the specifications. Address any features that will allow the boat to be easily maintained. In addition to the narratives, the following information should be provided: Table of Principal Characteristics – provide a table similar to Specification Table 070-1 that identifies the principal characteristics of the proposed Training Boat. Primary Equipment List – provide a list of the primary equipment that will be used to construct the proposed Training boat. At a minimum the list should include make and models of propulsion and control components, generator, batteries, HVAC, electronics, alarms, fendering, doors, hatches, windows, window wipers, seats, and galley equipment. Drawings – Drawings should be provided to depict the boat to allow for a detailed understanding of the proposed Training Boat’s design, arrangements and construction. Drawings should be to scale with the scale clearly indicated. Drawings should include: hull lines plan; general arrangements including plan, inboard and outboard profile views; machinery arrangements; and structural scantlings. For the Construction and Logistics Capability and Quality Assurance, the Offeror should provide a narrative that addresses: the Offeror’s facilities that will be used to construct the Training Boats; experience with building boats of this type and quantity; the Offeror’s capabilities with regard to producing the logistics information required, and, the Quality Assurance program that is currently utilized; and any changes to that program that will be incorporated during the construction of Training Boats. For Construction Capability, the narrative should also address the plans for conducting testing and trials. For Quality Assurance, the narrative should address the Offeror’s ability to prevent discrepancies, to respond to deficiencies when identified, and the process that is used to ensure the Training Boat will comply with the Specifications. For Warranty Terms and Warranty Process the proposal should provide a complete description of the warranty terms and warranty process that be used to meet the warranty requirements of the Specification. The proposal should address: whether the Offeror will visit the USCG units to perform repair work when it is determined to by covered under the warranty; will the Offeror play for parts, labor and travel is for warranty work; does the Government have the right to perform scheduled maintenance without voiding warranties; the means of contacting the Offeror for after hours warranty issues; and the response time for warranty notifications. Offeror’s proposals shall contain information on a maximum of three (3) references over the past three years that are relevant to this requirement to include: (1) Name of organization, (2) Current Point of Contact, Email Address and Phone Number, (3) Contract Number (4) Brief description of the boats provided and (5) Contract Value. The Offeror shall submit the Past Performance Questionnaire (see Attachment 8) to three references for completion. The references (not the Offeror) shall return the completed questionnaire to the email address shown on the Questionnaire no later than five business days after the closing date of this solicitation. Any completed questionnaire returned directly by the Offeror to the Government shall not be accepted. The Offeror is solely responsible to ensure that the Questionnaire is completed and returned by the respective references to the email address on or before the deadline. See separate attachment for Questionnaire and instructions. Volume II: The Contractor shall submit proposals on a Firm-fixed Price basis. Volume II shall contain (a) a completed Attachment D, “Pricing Scenario”, as well as a price breakdown of the proposed product by entering the respective unit prices and extended prices for the CLINS listed, and (b) the Offerors Representations and Certifications required by the provision at 52.212-3 IF they are not listed at the ORCA database.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-09-R-MNQ234/listing.html)
 
Place of Performance
Address: US Coast Guard Training Center, Boat Forces and Cutter Operations (BFCO) Branch, Wormley Creek, Yorktown, Virginia, 23690-5000, United States
Zip Code: 23690-5000
 
Record
SN01938131-W 20090904/090903001413-17219edfc2e67f9a73799cb045401ea3 (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.