Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SPECIAL NOTICE

B -- U.S. Coast Guard Offshore Patrol Cutter (OPC) Request for Information

Notice Date
12/4/2019 2:30:27 PM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
RFI-USCG-OPC-2020-1
 
Response Due
12/13/2019 9:00:00 AM
 
Archive Date
12/28/2019
 
Point of Contact
Offshore Patrol Cutter Program
 
E-Mail Address
OPC@uscg.mil
(OPC@uscg.mil)
 
Description
Amendment 0003 to this RFI is issued to incorporate a data rights table into Attachment J-2 of the RFP, Table 1-Technical Data. The "Draft Request for Proposal (RFP)_OPC Industry Studies_vesrion 2.0.pdf should be used in lieu of the Draft Request for Proposal (RFP)_OPC Industry Studies.pdf.___________________________________________________________________Amendment 0002 to this RFI is issued to provide a Draft Request for Proposal (RFP) (without sections L&M) to include an updated draft Statement of Work (SOW).This RFI will once again be amended on Friday, 06 December 2019 to provide a complete IS RFP package to include sections L&M. Please direct any questions regarding the posting of this RFI to the attention of the Offshore Patrol Cutter (OPC) Program at OPC@uscg.mil . To assist the Government with tracking responses, please reference “Offshore Patrol Cutter (OPC)” and company’s name in the subject line.____________________________________________________________________An amendment is to this RFI is issued to provide a draft copy of the Offshore Patrol Cutter (OPC) Industry Studies Satement of Work (SOW). All potential offerors are encouraged to provide comments and feedback to the draft SOW. Comments and feedback should be provided NLT 12:00 PM EST on 06 December 2019. Questions, comments, and all feedback should be directed to OPC@uscg.mil. To assist the Government with tracking responses, please reference “Offshore Patrol Cutter (OPC)” and company’s name in the subject line. Thank you.__________________________________________________________________This Request for Information (RFI) issued by the United States Coast Guard (USCG) is for information and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. No contract award will be made based on any responses to this notice. The Government is not responsible for any costs associated with providing information in response to this RFI and no reimbursement will be made for any cost associated with effort expended in responding to this notice.Submission of proprietary information is not requested, and respondents shall refrain to the maximum extent practical from providing proprietary information in response to this RFI. If respondents volunteer to provide proprietary information, clearly mark such proprietary information appropriately and separate it from the unrestricted information as an appendix.Responses to this RFI must be received no later than 11:00 a.m. eastern time (ET) November 6, 2019. Respondents shall email responses to the following email address: OPC@uscg.mil. Please direct any questions regarding the posting of this RFI to the attention of the Offshore Patrol Cutter (OPC) Program at OPC@uscg.mil. To assist the Government with tracking responses, please reference "Offshore Patrol Cutter (OPC)" and company's name in the subject line. Telephonic responses will not be accepted. Follow-up discussions may be conducted with respondents.PurposeOn October 10, 2019, the U.S. Department of Homeland Security approved and granted extraordinary relief to Eastern Shipbuilding Group, Inc., on its OPC contract, for up to four hulls as a result of the impact of Hurricane Michael (DHS & USCG press releases are available at the following links: https://www.dcms.uscg.mil/Our-Organization/Assistant-Commandant-for-Acquisitions-CG-9/Newsroom/Latest-Acquisition-News/Article/1987279/department-of-homeland-security-approves-limited-extraordinary-relief-for-offsh/ and https://www.dhs.gov/news/2019/10/11/dhs-extends-contract-relief-offshore-patrol-cutter).The USCG is now working to further develop and finalize its acquisition strategy for completing the OPC Program of Record of 25 hulls. The purpose of this RFI is to obtain feedback on a notional OPC acquisition approach and schedule for completing the OPC Program of Record as soon as possible.Notional Approach & ScheduleAttachment 1 is a notional schedule that outlines a high-level acquisition approach where multiple Government-funded Industry Studies contracts may be awarded to assist in the refinement and completion of the existing OPC Detail Design and the development of a Detail Design and Construction (DD&C) solicitation to facilitate delivery of affordable OPCs to the fleet as quickly as possible, while reducing program risk over the course of the Program of Record. Under this approach, it is anticipated that upon completion of Industry Studies, the USCG would award one or more competitive contract(s) for completing the Detail Design and Construction (DD&C) of OPCs in a continued effort to fulfill the USCG's Program of Record requirements for 25 OPCs.In order to meet the OPC Program's operational fleet needs, it is assumed that Shipbuilders would utilize the mature parts of the existing OPC functional design - to the maximum extent possible - and mature any incomplete aspects of the detail design. The existing functional design, including selected 2D design drawings, calculations, and diagrams, will be made available for Industry Studies contract awardees and will not be warranted by the Government. While schedule is a major driver, program affordability must remain a constant consideration.Industry Studies Contracts: In early FY20, the USCG intends to release a solicitation for multiple-award, Government-funded Industry Studies to prospective prime Shipbuilders for an OPC Detail Design and Construction (DD&C) contract. It is anticipated that the Government will award Industry Studies contracts to Shipbuilders able to build (i.e., with a certified launch facility), design (i.e., Shipbuilders with in-house design capability or a designer as a team member), and have the capacity to deliver (i.e., within the shipyard's current build schedule) OPCs featuring Command and Control, Navigation, Aviation, and Navy-furnished Combat systems no later than the dates included in the notional schedule below. As part of the Industry Studies solicitation, the Government may provide a draft OPC System Specification, technical data package, and draft DD&C Statement of Work. This data describes a basic OPC functional design, which has completed a Critical Design Review. Shipbuilders may be required to use this non-warranted data as the basis for completing an affordable Detail Design of the OPC on an accelerated delivery timeline. An overview (placemat) of this functional design will also be provided to Industry Study awardees. As part of Industry Studies, the Government is interested in understanding how the 2D functional design will be transitioned and incorporated into a final 3D production design for OPC construction at each Shipbuilder's facility. It is anticipated that each Shipbuilder will conduct several cost, schedule, capability and technical studies to support validation and refinement of its proposed OPC Detail Design and transition to a production design. The results of the Industry Studies will further inform a Government RFP for an OPC DD&C contract. Detail Design and Construction (DD&C) Contract(s): The Program intends to release an RFP, through separate full and open competition, leading to award of Long Lead Time Material (LLTM) and DD&C for OPCs in an effort to complete the OPC Program of Record of 25 hulls.The OPC Program seeks industry feedback on the notional program schedule (Attachment 1) as well as industry feedback on how construction of OPCs could be further accelerated and how acceleration would affect program risk and cost. Requested Information from IndustryAcquisition Strategy Feedback1. Given the publicly-available information and description provided above on the status of the OPC program, please provide a recommended contracting approach for the USCG to obtain Long Lead Time Material (LLTM), Detail Design, and Construction of OPCs in an effort to complete its Program of Record of 25 hulls. Describe perceived risks, impediments to competition, and opportunities available to the USCG to incentivize robust industry interest and competition and maintain program affordability. Examples of other input being sought includes, but is not limited to, contract type, Industry Studies scope of work, performance incentives, evaluation criteria, source selection approach, etc.2. Identify risks with the notional approach described in this RFI, suggest measures to mitigate risk, and identify potential opportunities to accelerate the notional schedule, while maintaining program affordability. 3. Provide a notional plan of action and milestones for how your company would meet or accelerate the delivery dates depicted in the notional schedule provided in this RFI, while maintaining program affordability.4. Identify how your company would approach using a Government-provided, non-warranted functional design to construct one or more OPCs. Discuss any potential technical risks associated with refining/completing an existing design from industry's perspective. Describe your company's preferred approach to completing an OPC production design, based on the notional schedule outlined in this request, and how your company views a requirement to utilize a non-warranted functional design data package.5. Provide input on the potential use of a block buy contracting approach during the course of the program and recommendations for incorporation of such an approach if your company deems that block buy contracting is feasible. Also, if your company deems that block buy contracting is not feasible, explain the rationale against using this approach.6. Indicate if constructing two hulls per year is feasible and provide your company's expected shipbuilding capacity with respect to constructing multiple hulls per year. Any recommendations or input on the overall production schedule are encouraged.Respondent Company Information7. Please provide the current status of the DFARS-based certifications or approvals of your company's: 1) Accounting System (DFARS 252.244-7006); 2) Earned Value Management System (DFARS 252.234-7002); 3) Purchasing System (DFARS 252.244-7001); and 4) Estimating System (DFARS 252.215-7002).8. Aspects of this program will require access to Secret material. Please address your company's ability to meet personnel and facility security requirements.9. Provide one recent example of your company's experience in delivering ships featuring C5ISR, Navigation, Aviation, and Combat Systems, and identify major subcontractors used to manage development, construction, and/or integration of those systems.10. Provide a yard-loading schedule that demonstrates your company's expected shipbuilding capacity to support the OPC program and its planned serial, multiple-hull build approach.11. Indicate your company's interest in participating in the potential future Industry Studies and DD&C contracts.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67bc9c4b2e93416cbeb2e11f2bd77abd/view)
 
Record
SN05508279-F 20191206/191204230254 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.