Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
MODIFICATION

19 -- USCG Offshore Patrol Cutter (OPC) RFP - Administrative Documentation - For Informational Purposes Only - Solicitation 1 - Solicitation 1 - Solicitation 1

Notice Date
9/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
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, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG2312ROPC001
 
Response Due
1/10/2013 3:00:00 PM
 
Point of Contact
Carl McGill, , Katherine E. Powers,
 
E-Mail Address
Carl.E.McGill@uscg.mil, Katherine.E.Powers@uscg.mil
(Carl.E.McGill@uscg.mil, Katherine.E.Powers@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Section M.II Section L.II Section M.I Section L.I Section K Section J Section I Section H Section G Section F Section E Section C Section B Section A SF-33 RFP Cover Sheet J-25 Re-pricing Proposal Instructions for Fixed Priced contract – hulls 6, 7, 8, 9, 10 and 11 J-21 Phase II Proposal Templates J-21 Phase II Proposal Templates J-21 Phase II Proposal Templates J-20 Phase I Proposal Templates J-20 Phase I Proposal Templates J-20 Phase I Proposal Templates J-19 Technical Data Matrix and Computer Software Matrix J-19 Technical Data Matrix and Computer Software Matrix J-18 Economic Price Adjustment Tables J-17 Use and Non-Disclosure Agreement J-16 Notice For Filing Agency Protests J-15 Government Furnished Authorized Medical Allowance List (AMAL) and Authorized Dental Allowance List (ADAL) Guidance Documents J-14 Government Furnished General Use Consumables List (GUCL) J-13 Government Furnished Allowance Equipage List (AEL) Outfitting Guidance Documents J-12 OPC External Reference List J-11 OPC Schedule “C” – List of Government Furnished Information (GFI) J-10 OPC Schedule “B” – List of Government Furnished Technical Services J-9 OPC Schedule “A” – List of Government Furnished Equipment (GFE) J-8 Contract Security Classification Specification (DD-254) J-7 Construction Contract Data Requirements List J-6 Statement of Work for Construction J-5 Detail Design Contract Data Requirements List J-4 Statement of Work for Detail Design J-3 Preliminary and Contract Design Contract Data Requirements List J-2 Statement of Work for Preliminary and Contract Design MAFO Doors - Brand Name Justification American Bureau of Shipping - Brand Name Justification NVR Request Process OPC Project Notional Schedule - SEPT2012 OPC Q&A Form OPC RFP Contracting Officer Cover Letter This is the final Request for Proposal (RFP) for the United States Coast Guard's requirement for Preliminary & Contract Design (P&CD), Detail Design (DD), and construction of up to 11 Offshore Patrol Cutters (OPC). The OPC acquisition utilizes a two-phase, down-select strategy and will be conducted in accordance with Part 15, Contracting by Negotiation, of the Federal Acquisition Regulation (FAR). Phase I entails a full and open competition for Preliminary and Contract Design (P&CD) awarded to a maximum of three offerors. The Coast Guard intends to competitively award the Phase I contracts in Fiscal Year (FY) 2013. Phase II will be a down-select from the three Phase I contractors and completed by exercising an option with a single contractor for Detail Design (DD) with additional options for Long Lead Time Materials (LLTM), lead ship, eight to ten follow ships and ancillary services and supplies. Phase II is planned for award in FY 2016. A notional schedule for the OPC Project is included with this solicitation posting for informational purposes only, and the USCG is under no obligation as a result of the disclosure of this notional schedule. Phase I will be a Firm Fixed Price (FFP) contract, whereas Phase II will predominately be Fixed Price Incentive (Firm Target) with Economic Price Adjustment (EPA). Phase II will also include a mix of FFP and Cost Plus Fixed Fee (CPFF) Contract Line Item Numbers (CLINs). The location for the performance of Phases I and II will be at the contractor's facility. The estimated total period of performance for Phases I and II is projected to be from FY 2013 through FY 2028. RFP Questions All questions in response to this RFP may be submitted using the Q&A Form and emailed to OPC.Q&As@USCG.mil. Paragraph L.I.10(b) details the procedures for submission of proprietary questions directly to the Contracting Officer by emailing the completed form to both Carl.E.McGill@USCG.mil and Katherine.E.Powers@USCG.mil. Document Packages This solicitation posting contains numerous individual documents that have been organized into the following four packages: - Admin Documents Provided for Informational Purposes Only - Cover Letter, Q&A Form, OPC Notional Schedule, NVR Request Process, and Brand Name Justifications - RFP Sections A through M - Attachment J-1 (Parts 1 through 16) - this package is export-controlled/limited access, and explicit access must be requested via FBO - All Other J Attachments Naval Vessel Rules (NVR) The USCG requires that the OPC will be classed to American Bureau of Shipping (ABS) Naval Vessel Rules (NVR) (with CG Addendum), January 2010 edition. Shipyards interested in preparing proposals in response to the OPC RFP will need to have access to NVR in order to understand the full scope of OPC requirements. Instructions for obtaining NVR access are detailed in the document entitled "NVR Request Process" included with this solicitation posting. Brand Name Requirements Per the OPC RFP, Section C, "There are two requirements for brand name applications - the MAFO watertight doors and classification services provided by American Bureau of Shipping (ABS)." MAFO watertight doors will be used due to their lifecycle cost savings and overall efficiency as compared to standard watertight doors. ABS will be used as the ship classification agent as is required by the Coast Guard Authorization Act of 2010, Title IV, Section 402, Chapter 15, Subchapter II, Section 573(c)(3)(A). The Brand Name Justifications and Approvals (J&As) for the use of MAFO watertight doors and ABS are included with this solicitation posting. Limited Access/Export Controlled Attachments to RFP Some of the attachments to the OPC Solicitation have been determined to be subject to Export Control limitations as well as are marked with Distribution Statement C. These items are posted to FBO as attachments to the OPC Solicitation, but they are deemed "limited access" and "export controlled" packages within the system. Vendors are required to be granted "explicit access" by the USCG to the documents via the FBO system. All vendors must go through this request process via FBO for access. Previous clearances granted by the USCG via emails associated with the draft solicitation are not transferable to this system. The USCG does not intend to grant vendors access to these documents outside of the FBO site. The USCG intends to respond to all requests for explicit access to these package(s) as quickly as possible, but the USCG is under no obligation to respond within a specific period of time. Since there is no finite time defined and the USCG intends to treat all requests equally and all vendors received advance notice of this requirement via the 17 SEPT synopsis amendment, requests for proposal extensions based on this request process will not be entertained at this time. Companies interested in serving as prime contractors on the OPC Project are permitted to disseminate these export-controlled documents to subcontractors, and this secondary distribution shall be conducted in accordance with Department of Defense Directive 5230.25. Special attention shall be given to Enclosure 5 (Notice to Accompany the Dissemination of Export-Controlled Technical Data) of the Directive. OPC Product Map An update to the OPC Product Map (Version 1.1) will be posted to the USCG OPC website. The OPC Product Map is non-warranted information. Interested vendors should look for this update at: http://www.uscg.mil/acquisition/opc/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG2312ROPC001/listing.html)
 
Record
SN02898289-W 20120927/120926002942-8835db21b97a5b99135ce1238d0e6e18 (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.