Maryland Bids > Bid Detail

USCG Medium Endurance Cutter Reverse Osmosis Request for Information

Agency:
Level of Government: Federal
Category:
  • 46 - Water Purification and Sewage Treatment Equipment
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159412438971981
Posted Date: Jan 8, 2024
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/c19326574f...
Follow
USCG Medium Endurance Cutter Reverse Osmosis Request for Information
Active
Contract Opportunity
Notice ID
USCG_MEC_REVERSE_OSMOSIS_RFI
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 08, 2024 11:08 am EST
  • Original Response Date: Jan 19, 2024 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Baltimore , MD
    USA
Description

REQUEST FOR INFORMATION (RFI)

U.S. Coast Guard Cutters

WMEC 210’ & 270’

Reverse Osmosis



A. Introduction



1. This posting is a request for information from interested parties and is issued solely for informational and planning purposes. This posting is not a Request for Proposals (RFP) or Quotations (RFQ). This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. Those who respond are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP/RFQ, if any is issued. If a solicitation is released, it will be synopsized on www.SAM.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.



2. Interested parties are not required to be registered in System for Award Management (SAM) (https://sam.gov/SAM/) with an “Active” registration without an exclusion However, in order to be considered if the requirement is solicited, the organization must be registered in SAM as “Active” and without exclusion.



B. Background



3. The United States Coast Guard (USCG) Surface Force Logistic Center (SFLC) is responsible for maintaining fleet readiness to support USCG missions around the globe. While under the guidance and instruction of the Department of Homeland Security (DHS), the USCG is working diligently to establish strategic contracting vehicles as a way to improve relations with industry while supporting the goal of operational efficiencies. These efficiencies include improvements to the time allocated to the procurement process such as market research, solicitation, evaluation, award, and post-award work. The ability to establish an ordering contract will provide streamlined availability and planning support for replacements, overhauls, and various preventative type maintenance/repairs.



C. Details



4. The USCG anticipates a need for an ordering vehicle to establish readily available reverse osmosis systems in support of the 210-foot and 270-foot Medium Endurance Cutter (MEC) with an anticipated five-year ordering period. The majority of these repairs will be performed at the homeport of the cutter. Under extreme circumstance, repairs may be required at a location outside of the cutter’s homeport. In the event of emergency repairs away from the cutter home port, travel rates and per-diem follow GSA guidelines of allowable costs.



5. The possible work items includes:



a) Task 3.1 – Spare Parts

b) Task 3.2 – Coast Guard Technical Support

c) Task 3.3 – Travel and Per Diem

d) Task 3.4 – Training Services

e) Task 3.5 – Overhaul

D. RFI Response



6. The USCG is requesting the following information from interested contractors:



a) Brief capabilities statement not to exceed five pages to include a positive statement of your interest in this procurement as a prime contractor, DUNS number, business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 336611.



b) Statement on how your company will do the work and that your company intends to submit a quote as a prime contractor if a solicitation is issued. Please refer to possible work items listed above (a-e).



c) Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers.



Answers to the following questions:



1) What is the recommended overhaul periodicity for work item 3.5 identified in the DRAFT Statement of Work (SOW)?



2) Would this type of model assist your company with planning of resources and making future investments in people and investments?



3) How would you price a reserve osmosis unit versus requests for individual parts (TYPE I and TYPE II)?



4) What technical qualifications does your company possess that would benefit the Government?



5) Is your company capable of performing all reverse osmosis related items listed in the DRAFT SOW?



6) Are you currently providing reverse osmosis systems for another government, state, federal, local agency?



7) How long will it take your company to mobilize to receive orders upon award notification?



8) List your companies experience on manufacturing/providing reverse osmosis systems for the following CG Class of vessels – WMEC 210 & WMEC 270.



9) Will you require subcontractors in order to perform the work listed in the DRAFT SOW? If so, what percentage of the work will be done by sub-contractors?



Response Deadline: Submit all responses to Kaity George via e-mail (kaity.george@uscg.mil) prior to January 19, 2024, 4pm Eastern Time.



E. Closing

7. This is only a request for information from interested parties. If you have any questions to help facilitate your response, please feel free to contact Kaity George via e-mail: kaity.george@uscg.mil. Thank you for your time and efforts and commitment to support the USCG.


Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 08, 2024 11:08 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >