Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
SOLICITATION NOTICE

19 -- SKIF-ICE RESCUE CRAFT - Draft Specifications

Notice Date
7/15/2015
 
Notice Type
Presolicitation
 
NAICS
336612 — Boat Building
 
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-I-MOT004
 
Archive Date
8/11/2015
 
Point of Contact
Michael Colisao, Phone: 202-475-3237, Jackson McClam, Phone: 202-475-3410
 
E-Mail Address
michael.colisao@uscg.mil, Jackson.McClam@uscg.mil
(michael.colisao@uscg.mil, Jackson.McClam@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Specifications REQUEST FOR INFORMATION (RFI) THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI. SCOPE: The intent of the Skiff Ice Boat (SKF-ICE) is to provide the United States Coast Guard (USCG) with short-haul ice inflatable boats to support Districts D1 and D9 Small Boat Stations for Search & Rescue (SAR) during the ice season. The SKF-ICE will be used as a short-haul inflatable boat (i.e. for ice rescue SAR cases where the response is less than one-half of a nautical mile from shore). Please see attached draft Specifications. BACKGROUND: The requirement to maintain and operate SAR facilities is applicable year round. USCG District One and Nine units are expected to conduct SAR response operations regardless of whether surface waters are liquid, solid ice, or a combination of both. USCG authorities, jurisdiction and responsibilities do not change with the formation of ice, and response capabilities and management of risk must adapt to fit the seasonal threats and challenges. Regardless of ice conditions or the time of the year, the USCG Commandant's SAR goals are to have USCG SAR crews respond to an incident and be on scene within two hours. During the winter months, after most boat stations have pulled their boats from the water, USCG aircraft and small boat station ice rescue teams are the only SAR response assets on the lakes and rivers. REQUESTED INFORMATION: Respondents interested in providing a response to this RFI should carefully read the attached specification and submit information which clearly describes the following: (In A through E). A. The Company Capabilities to manufacture the inflatable boat or as well as proven commercial availability. All sources are requested to summarily address each specification listed and identify whether or not they can currently provide each of the specification requirements. B. Provide comments to the attached Specification as well as any recommended changes to the Specification. C. A rough estimate concerning production timeframe and price ranges. D. (1) Business Size in accordance with NAICS Code 336612. The expression of interest should state whether the concern is a Large or Small Business, and identify if Small Business Disadvantaged Business, HUB-Zone Business, Women Owned Business, 8(a) certified small business, Veteran Owned Business, Service Disabled Veteran Owned Small Business and business size under the potential NAICS, (2) Dun and Bradstreet number, (3) Any other Government contracts held including General Services Administration (GSA) Schedule (include the GSA schedule number), and (4) If your firm has recently submitted a proposal for any similar requirements with any Department of Defense, Department of Homeland Security, or other U.S Federal Government activities, please indicate this with your submission to include agency's name, solicitation number, and Contracting Officer's name and point of contact information. E. Any other information that your company feels is pertinent to this RFI. RESPONSES: Please submit information via email to CWO Michael Colisao, Contract Specialist, at Michael.Colisao@uscg.mil no later than 12 Noon EST on 27 July 2015. You may also submit supplemental materials such as brochures and product literature to the above email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-15-I-MOT004/listing.html)
 
Place of Performance
Address: To be determine at contract award., Delivery locations: Coast Guard District One (Northeast) & District Nine (Great Lakes)., United States
 
Record
SN03798155-W 20150717/150715235834-5bb2ccfed126ece2187fa10c663a1505 (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.