SOURCES SOUGHT
20 -- Request for Information: USCGC POLAR STAR Air Capable Ship Aviation Facility Upgrades - RFI Attachments
- Notice Date
- 9/16/2015
- Notice Type
- Sources Sought
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
- ZIP Code
- 94612-5249
- Solicitation Number
- HSCG85-15-I-HANGAR
- Archive Date
- 10/28/2015
- Point of Contact
- Jennifer Sokolower, Phone: 2062176552
- E-Mail Address
-
jennifer.sokolower@uscg.mil
(jennifer.sokolower@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Attachments To increase the nation's presence in Arctic regions, the United States Coast Guard (USCG) is conducting market research to enhance the aviation support capabilities of the USCGC POLAR STAR. The USCG is seeking to certify POLAR STAR's aviation facilities prior to October 15, 2016 by rectifying the following deficiencies: 1) Overhead Lifting- Lift 1000 lbs in Sea State 3. Provide 3 degrees of freedom in hook movement (I.E. vertical, fore and aft, and athwartship), with variable speed of movement in all axes. Hook height above the hangar deck can be no less than 12.5 feet. All components shall be corrosion resistant or suitably coated for Marine use. 2) Washdown Provisions - Washdown provisions for the maintenance and servicing support of MH-65 aircraft assigned to the cutter with equipment currently supportable in the commercial marketplace. The completed system shall be capable of discharging water (provided from an existing source on the cutter) at a rate of 10 gallons per minute, with sufficient hose to washdown the entire aircraft spotted anywhere in the hangar, or on the flight deck, spotted with the nose wheel at the aft most edge of the landing circle. The completed system shall be operable on the flight deck (including sufficient hose flexibility to allow stowage of the hose) with the hangar door open in temperatures as low as to -5 deg F. The completed system shall avoid freezing down to continuous exposure to - 5 deg F, with exposure up to one hour at -30 degrees F. In addition to the installation, this requirement will include as-built drawings, provisioning technical data, and calculations for the above requirements. Files attached to this notice include: a) USCG Pictures: FwdOvhdCenterline PortFwdOvhd PortOvhdKnuckleFwd b) Hanger Arrangement Please contact Jennifer Sokolower at Jennifer.Sokolower@uscg.mil if you need the applicable USCG Drawings: 400-WAGB-103-003, Rev AB, Booklet of General Plans (POLAR STAR) 400-WAGB-103-009, Rev K, General Arrangement 02 Level & Above 400-WAGB-1106-013, Rev H, 03 Level Plat and Top of Hangar 400-WAGB-3901-001, Rev Z, Insulation A & D 400-WAGB-6000-017, Rev J, Electrical Distribution System One-Line Diagram (WAGB 10) 400-WAGB-8301-004, Rev G, Helo Lash Sockets and Tie Down Channel 400-WAGB-8301-005, Rev C, Arr of Helicopter Hangar SHIP CHECK: The USCG will be hosting a ship check onboard the USCGC POLAR STAR on 29 September 2015 at 1300. If you plan to attend, please contact Jennifer Sokolower at Jennifer.Sokolower@uscg.mil by 25 September 2015 so that base/cutter access can be arranged. Interested parties are encouraged to review and submit questions to Jennifer Sokolower prior to the ship check. REQUESTED INFORMATION: USCG requires input concerning the business's ability to meet requirements above. Specifically: i) What's available in the commercial marketplace that will meet the requirements above? If using an existing design, please provide documentation showing application and effectiveness (ex. seafood processors, scientific vessels, etc.). ii) Do you have the capability to install the requirements in 30 days or less prior to 10/15/16? Please provide a required duration for completion of install. iii) The potential offerors would need to perform some level of engineering design and analysis in order to develop their proposal. Is that acceptable to offerors? iv) What timeframe could an executable design be proposed in to include necessary drawings and calculations? v) What is your Rough Order Of Magnitude Estimate of the range of value of this proposed procurement? vi) Small business size status. vii) Any other information pertinent to this RFI as it relates to the ability to provide a solution. SUBMISSION: In order for the USCG to consider industry feedback, please provide a response with requested information to Jennifer Sokolower by 13 October 2015. There is no solicitation associated with this announcement. Submission of a response to this Request for Information (RFI)/ attendance at a ship check is entirely voluntary. The voluntary submission of a response to this RFI/ attendance at a ship check 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. Responses received after October 13st may not be considered. The USCG intends to share feedback received with USCG support contractors. Proprietary or business confidential markings that prohibit distribution to USCG support contractors should be included only where warranted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-I-HANGAR/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03888525-W 20150918/150916234902-fac2a59b74054314c8e2ba1129a5d430 (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 |