MODIFICATION
J -- Proposed Change to Cutter Repair Specifications RFI
- Notice Date
- 7/5/2011
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- RFI-ProposedChangeSFLCcutterrepairspecifications
- Archive Date
- 6/15/2012
- Point of Contact
- Kathryn E Stark, Phone: 757 628-4588, Kathryn E Stark, Phone: 757 628-4588
- E-Mail Address
-
kathryn.e.stark@uscg.mil, kathryn.e.stark@uscg.mil
(kathryn.e.stark@uscg.mil, kathryn.e.stark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Date for receipt of responses has been extended to 07/18/2011. No other changes were made to this notice. Concerning Proposed Change to SFLC cutter repair availability specifications THIS IS A REQUEST FOR INFORMATION (RFI) in accordance with FAR Part 10, Market Research. This part prescribes policies and procedures for conducting market research to arrive at the most suitable approach to acquiring, distributing, and supporting supplies and services. This RFI is issued solely for market research, planning, and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for any effort expended in responding to this notice. Information received in response to this RFI will be safeguarded from unauthorized disclosure in accordance with FAR 15.207(b); nevertheless, submitters must properly mark their response if it contains information the submitter does not want disclosed to the public for any purpose. If sources elect to submit competition-sensitive or proprietary information, sources bear sole responsibility for marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All submissions become Government property and will not be returned. Interested parties are encouraged to submit the requested information to Kathryn Stark at Kathryn.e.stark@uscg.mil by COB EST 5 July 2011. If additional information is required to formulate your response to this RFI, request the information through the POC listed above. Background: Modernization, technical advances, and increased USCG cutter connectivity demands have dramatically impacted our ability to successfully support our assets during dry dock periods. Emergency dry dock periods and shipyard availabilities distant from a cutter homeport weaken already challenging process requirements and security demands. Prior to modernization, providing CGDN+ connectivity to assets in commercial shipyards varied based on a number of factors, including the geographic location of the shipyard, availability of internet connectivity, the local understanding of security requirements, and the availability and source of funding. While multiple technical solutions to provide CGOne connectivity remain available, the Coast Guard seeks to establish a minimum requirement for all assets during dry dock periods. This RFI seeks industry comments to assist the Government in (1) Improving the Government's understanding of industry capabilities (2) Identifying sources capable of providing these critical services in support of USCG SFLC ship repair availabilities Capabilities Sought: Contractor activities shall be conducted at contractor facilities. No government-furnished equipment will be provided to the contractor for use in the contractor's facility. 3.3.2 Broadband. Provide Standard Broadband internet connectivity, distinct from any existing broadband internet connectivity the shipyard may already utilize. Broadband connectivity shall have a download speed of at least 4 Mbps and an interface modem or router that provides a DHCP interface and a 100BaseT Ethernet connection to customer's equipment. Coast Guard technicians must be afforded access during normal business hours to the interface modem or router to establish/troubleshoot/disestablish connectivity for the vessel. Requested Information Interested parties of any size can submit a capability statement that details their corporate capabilities and experience in performing similar tasks as outlined above. Within this capability statement, vendors must detail relevant, recent experience. In addition to the above, interested parties are required to provide, at a minimum, the following information within the capability statement: Company Name DUNS Number NAIC Codes Business Size Per Code Address Point of Contact (Name, Email, Phone Number) 1) Do you currently provide Standard Broadband internet connectivity to your customers during shiprepair availabilities, distinct from any existing broadband internet connectivity your shipyard may already use? 2) Does the broadband connectivity your company provides have a download speed of at least 4 Mbps, an interface modem or router that provides a DHCP interface and a 100BaseT Ethernet connection that can be connected to a customer's equipment? 3) If your company does not currently provide Standard Broadband internet connectivity to your customers during shiprepair availabilities, distinct from any existing broadband internet connectivity your shipyard may already use, provide an explanation of whether your company has the capability and capacity to conform to this standard. 4) If your company does not currently have broadband connectivity with a download speed of at least 4 Mbps, an interface modem or router that provides a DHCP interface and a 100BaseT Ethernet connection that can be connected to a customer's equipment, provide an explanation of whether your company has the capability to conform to this standard. 5) What limitations do you have if any? 6) If there are additional costs associated with providing these services that your company does not normally incur, please provide an estimated price to implement these services and if there is one, a monthly price to maintain the service. Provide one total for the implementation phase and one total for the monthly service phase. Please label accordingly. Interested companies shall provide responses of no more than 3 pages to Kathryn.e.stark@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/RFI-ProposedChangeSFLCcutterrepairspecifications/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02489534-W 20110707/110705234344-93d91e412b6cf027cb617c2f3e1a3cf3 (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 |