Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 02, 2014 FBO #4695
SOLICITATION NOTICE

20 -- Polar Icebreaker Replacement Project—Request for Information

Notice Date
9/30/2014
 
Notice Type
Presolicitation
 
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, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-15-R-POLARIB
 
Archive Date
12/16/2014
 
Point of Contact
Erica E. Fetter, Phone: 2024753299
 
E-Mail Address
Erica.Fetter@uscg.mil
(Erica.Fetter@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Synopsis This Request for Information (RFI) is issued by the United States Coast Guard (USCG) Polar Icebreaker Replacement Project Office as a means of market research. The USCG is interested in finding both (1) A candidate for heavy polar icebreaker designs, as well as (2) United States (US) shipyards that are capable of building a heavy polar icebreaker. The primary emphasis of this requirement specific market research is to determine the state-of-the-market for commercial and scientific research icebreakers which can meet, or be configured to meet the Coast Guards operational mission requirements. This RFI is issued as a precursor to a potential non-nuclear polar icebreaker procurement program, and may assist the USCG in further developing an acquisition strategy for the construction of non-nuclear heavy icebreakers. This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Request for Unsolicited Proposal, or as an obligation or intent by the USCG to acquire any products and/or services. The USCG does not intend to award a contract on the basis of this RFI or otherwise pay for the requested information. 2. Purpose The purpose of this RFI is twofold: (1) to assess industry's capability to provide a design for a heavy polar icebreaker, and (2) to assess industry's capability to construct a heavy polar icebreaker. The USCG requests that members of industry respond to this RFI by describing their ability to fulfill one or both of these capabilities. The Congressional Research Service "Coast Guard Polar Icebreaker Modernization: Background and Issues for Congress" Report, dated August 4, 2014, provides additional background information on the USCG's missions and current icebreaking capabilities. http://fas.org/sgp/crs/weapons/RL34391.pdf 3. Polar Icebreaker Design At a minimum, a candidate heavy icebreaker design must be able to perform the missions performed by the USCGC Polar Star. Further information regarding the USCGC Polar Star can be accessed via: http://www.uscg.mil/pacarea/cgcPolarStar/History.asp. Information on designs submitted must be based on: 1) Proven, currently in-service vessels that are capable of being built in the US; 2) In-service vessel designs that are capable of being licensed for building in the US; 3) Variants of in-service vessel designs capable of being licensed in the US; or 4) For new designs or new construction, also include details regarding its current status and expected in-service date. Responses will be accepted from both domestic and international entities, but the vessel must be able to be licensed to be built in the US. At a minimum, a heavy icebreaker design must be able to perform, or capable of being modified to perform, the following performance characteristics: Ice Breaking • Capable of breaking ice independently at 3 kts (6 ft) (threshold) 3 kts (8 ft) (objective). • Capable of breaking ice with a thickness of 21 ft using the back and ram method. Endurance • Maximum cutter endurance without replenishment of 80 days (threshold) / 90 days (objective). Speed • Maximum speed of at 17 kts. • Cruising speed of 12 kts. Seakeeping • Underway replenishment UNREP/VERPREP in Sea State 3 • Launch and Recover Boats and Helicopters in Sea State 5 • Survive in Sea State 8 Interested parties are free to submit any information which may assist the Government in its market research, no specific format is required. Information of interest includes: • General arrangements drawings • Hull lines drawing • Hull structural drawings and structural criteria • Major equipment list • Machinery plant configuration and operation description (for open water and icebreaking) • Vessel Technical Specification including IACS member class notation • Vessel ice class and ice breaking capabilities (design speed through level ice and ramming capability, including thickness and age of ice) • Open water powering and seakeeping data • Accommodations (Crew + Scientists), messing spaces, offices, and laboratories • Fuel capacity, endurance, range, and fuel consumption (economical, normal transit, maximum, and icebreaking) • Mass properties and stability criteria including topside icing and stability when running up on ice. • Estimated cost to build • Estimated construction time • Special operating restrictions or conditions • Description of ship spaces that could be repurposed to science missions • Aviation Facilities (supported aircraft, landing deck area, hangar area and facilities, and certifications) • Contact Information After receipt of this general information, the Government may submit a questionnaire with follow-up questions. 4. Polar Icebreaker Construction This RFI seeks to identify available US shipyards with adequate facilities or the ability to enhance current infrastructure to build at least one heavy polar icebreaker. For heavy icebreaker construction, the shipyard must have the capability forming compound curves utilizing approximately 1-3/4" (71# plate) steel. The infrastructure of shipyard facilities should be equipped to construct an icebreaker similar in size to the USCGC Polar Star. Dimensions for the USCGC Polar Star are as follows: • Displacement (Full Load) • 13402 tonnes, 13190.3 (uk) t), (14773.2 t (short)) • Length • 121.6 m (399.0 ft) • Beam • 25.6 m (84.0 ft) • Draught • 9.8 m (32.2 ft) Interested parties are requested to submit the following information: • Description of US Shipbuilding Facility and Location • Manufacturing Capabilities • List of Representative Past Projects • Facility Enhancements Required to Build a Polar Icebreaker (If Applicable) • Lead time to Enhance Infrastructure (If Applicable) Responses will only be accepted from United States shipyard facilities. After receipt of this general information, the Government may submit a questionnaire with follow-up questions. 5. Additional Notes This is not a solicitation and no contract will be awarded from this announcement. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award any contracts. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort in responding to this notice. This RFI is intended to initiate the USCG's market research and industry engagement effort, and may shape a potential acquisition strategy. The USCG and its designated agents intend to contact respondents with viable demonstrated capabilities directly in order to shape program requirements and to more effectively prepare for future industry interaction. Any restrictive markings included on the responses shall be adhered to by the USCG and its designated agents. In responding to this request, data and information (drawings, documents, tables, graphs, etc.) may be submitted in different formats and media (paper or electronic files). All responses shall be unclassified. The USCG will generally treat all information received on a need-to-know basis; however, responders should specifically mark or identify any information they perceive is proprietary/confidential for which they seek added confidentiality. All proprietary or classified information submitted with this RFI will be treated as business sensitive or to the extent specified by the provider. All proprietary or classified information received will be destroyed by the USCG within twelve months of receipt unless the provider requests that it be returned. Costs associated with returning information shall be incurred by the provider of such information. Submitters are advised that Government support contractors will be involved with the review of submitted information in addition to the USCG. As part of your submission please indicate if Government support contractors reviewing the information for the Coast Guard will be required to enter into non-disclosure or confidentiality agreements with your company. Submission of a response to this RFI is entirely voluntary. The voluntary submission of a response to this RFI shall not obligate the USCG to pay or entitle the submitter of information to claim any direct or indirect costs or charges or any other remuneration whatsoever. The USCG understands that any pricing information submitted under this RFI is an estimate only and is not binding nor constitutes a proposal. Responses to this RFI should be submitted to Ms. Erica E. Fetter (CG-9125) via email (icebreaker@uscg.mil) by December 1, 2014 at 1200 HRS EST. Responses received after this date may not be afforded a comprehensive review. Responses shall include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-R-POLARIB/listing.html)
 
Record
SN03537595-W 20141002/140930235750-f282d85759ff67def2c5c9295363237f (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.