Federal Bid

Last Updated on 25 Nov 2008 at 9 AM
Sources Sought
Location Unknown

Request for Information--Offshore Patrol Vessel (OPV) Designs and Related Technologies

Solicitation ID HSCG23-09-R-OPCRFI
Posted Date 09 Oct 2008 at 6 PM
Archive Date 25 Nov 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Hq Contract Operations (Cg-912)(000
Agency Department Of Homeland Security
Location United states
This Request for Information (RFI) is issued by the United States Coast Guard (USCG) Offshore Patrol Cutter (OPC) /Maritime Security Cutter, Medium (WMSM) Project Office as a means of market research regarding the state of the market for proven (e.g. in service) offshore patrol vessel (OPV) designs and related technologies. 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. This RFI will assist in programmatic decisions regarding options to address the need for offshore patrol vessel capability, and the replacement of the current legacy WMEC (Medium Endurance Cutter) fleet with manageable developmental and programmatic risk. This RFI seeks offshore patrol vessel design particulars and operational features on proven vessels as well as mature mission related technologies that are currently in operation and have the potential to meet USCG requirements. Furthermore, these vessels and/or technologies shall be capable of meeting the USCG requirements without significant development (e.g. as a parent craft design or as a variant of the parent craft in the case of vessels). Information on vessels submitted must be based on: 1) proven, currently in service vessels that are capable of being built in the United States (US); 2) In service vessel designs that are capable of being licensed for building in the US; or, 3) Variants of in service vessel designs capable of being licensed in the US. New vessel designs and “unproven vessels” (not in service or not a variant of in service) designs are not of interest in this request and will not be reviewed. Information submitted on mission related technologies must be based on: 1) mature (TRL7 or higher) technologies 2) intended for use on offshore patrol type vessels similar in mission to the OPC. It is expected that the OPC missions will generally operate in deep water (beyond 50 nautical miles from shore) in extreme environmental conditions in a low threat environment. The geographic area of operation may include anywhere in the world that the Coast Guard or United States has interest (this may or may not include polar ice covered areas so designs with and without ice capability are of interest). Missions may typically entail ports and waterways security, search and rescue, drug interdiction, migrant interdiction, Exclusive Economic Zone (EEZ) enforcement, defense of escorted vessels and command presence in areas of distress. The vessel will generally operate for 185-210 days away from homeport. Patrols are 45-60 days in duration with inport logistics breaks approximately 2-3 days for every 14 days underway. To better define the design characteristics and operational features the USCG expects in an acceptable proven OPV design submittal to this RFI, a set of preliminary notional top level operational requirements are identified in section I of the attachment. Recognizing that proven designs may not meet all the requirements listed in section I of the attachment; that the USCG has not yet finalized its operational requirements; and that proven designs could possibly be modified to meet the requirements of section 1 of the attachment, proven designs within or near the range of characteristics identified in section II of the attachment are welcome and may be submitted for consideration. The vessel and/or technology information requested is intended to include, but not be limited to, engineering and operational design details, developmental history, operational history, user contacts and other information that would be helpful for making programmatic decisions. Specifically, the requested minimum and desired information is listed in section III of the attachment. Any restrictive markings included on the data listed below shall be adhered to by the USCG. 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). 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. Each submitter that has responded to this RFI will be notified of the identity of the support contractor before their information is provided to the support contractor for review. All Government support contractors required to review the information will be required to submit non-disclosure or confidentiality statements. 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 can be submitted to Mr. Carl McGill (CG-9125) via email ([email protected]) or hard copy mail by 2:00 p.m. on November 10, 2008. Responses received after November 10, 2008 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.
Bid Protests Not Available

Similar Past Bids

Location Unknown 06 May 2011 at 5 PM
Location Unknown 21 Jul 2009 at 2 PM
Location Unknown 24 Mar 2023 at 4 AM
Location Unknown 27 Mar 2023 at 4 AM