Twenty-one (21) foot boats for Paraguay
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 (Updated)
- Updated Published Date: Mar 21, 2023 10:45 am EDT
- Original Published Date: Mar 09, 2023 11:02 am EST
- Updated Response Date: Mar 31, 2023 08:00 am EDT
- Original Response Date: Mar 27, 2023 08:00 am EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1940 - SMALL CRAFT
- NAICS Code:
- 336612 - Boat Building
- Place of Performance:
Description
Response Date Extended
Responses are requested by 8:00 AM Eastern Time on March 31, 2023.
Request for Information (RFI)
Foreign Military Sales -Paraguay
The U. S. Coast Guard and Foreign Military Sales is issuing this request for information (RFI) for market research, information, and planning purposes only. This is not a Request for Proposal (RFP), and a formal solicitation is not available at this time.
Disclaimer: This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. Responses to the RFI will not be returned.
Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information that has not been both properly marked and clearly identified. Information marked proprietary received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. To aid the Government in its review, please segregate proprietary information.
PURPOSE:
The overall objective of this Sources Sought is to conduct market research in support of preliminary planning for the acquisition of up to twelve (12) twenty-one (21) foot riverine interdiction boats in standard configuration for the country of Paraguay. This would be a competitive procurement as required under 10 U.S.C. § 333 Foreign security forces: Authority To Build Capacity.
The U.S. Coast Guard plans to make a single award to one manufacturer. The requirement for FY23 is for up to two (2) boats to be ready for Defense Travel System pickup by QTR1 Calendar Year 2025. The anticipated plan for the acquisition for the following years is subject to availability of funding and approval to purchase under the FMS program. The estimated quantities are as follows:
Boats 21-Foot Riverine Boat
FY23 Base QTY 2
FY24 Option QTY 6
FY25 Option QTY 2
FY26 Option QTY 1
FY26 Option QTY 1
Total QTY 12
GENERAL CAPABILITIES:
The country is requesting a proven platform (minimum of five years) for a twenty-one (21) foot riverine boat, trailer and up to two years of boat/engine spare parts, special tools, and equipment to support the boats in country. The manufacture shall be required to provide in country training to the crew within four weeks of the boat’s arrival in country.
Boat Characteristics
LOA x Beam x Draft: 20-23ft length, 5.5-7.2ft beam, minimum 3.3ft height freeboard plus draft)
Inspections: The boats shall be inspected and tested to the following standards:
(a) American Boat and Yacht Council (ABYC), Standard and Technical Reports for Small Crafts, https://abycinc.org/default.aspx
(b) American Welding Society (AWS) D3.7-90; 2004 “Guide for Aluminum Hull Welding” https://www.aws.org/standards
(c) American Boat and Yacht Council (ABYC), avoidance line test (H-26.8.3.2) https://abycinc.org/default.aspx
Crew Requirement: Two (2)
Crew/Passenger Capacity: Two (2) Crew / Four (4) Passenger / Six (6) Total
Berth/Launch: Trailer, sandy bank
Annual Operating Hours: 900-1,000
Range: 125 NM
Day/Night Operations: Both
Physical Characteristics: The boat shall be constructed with the following:
(a) Cabin Type: Enclosed Full Cabin (shelter from rain, cold, and choppy conditions)
(b) Hull Construction: Aluminum with ballistic-reinforced sections; Double-bottom hull or watertight reserve – to prevent total loss in the
event of groundings along the rock-bed or collisions with debris
(c) Gun Mounts: One (1) Forward; (Machine Gun 240 Caliber)
(d) Collar System: Foam Collar (same as USCG uses)
Antifouling Paint: Yes
Propulsion Requirements: The boat shall be capable of the following:
(a) Desired Top Speed: 30-36 knots (Cruise: 25 knots)
(b) Desired Endurance at Cruise: Eight (8) hours
(c) Engine Configuration: Waterjet
The boat shall be equipped with Engine Make/Model: CAT (Caterpillar)
Electronic Requirements: The boat shall contain the following:
Navigation Lights: Yes
High-power light reflectors: Yes
Law Enforcement Strobe Lights: Yes
Loudhailer System w/ Speaker: Yes
Remote Control Searchlight: Yes
VHF Marine Communication System: Yes
Secure Communications Radio: Space for future secure comms system
Cameras: Yes, 6-8 hour recording capacity
Electric bilge pump: Yes
Navigation Requirements: The boat shall contain the following:
Radar / Chart Plotter Display: Basic navigation system
Sounder: Yes, Echo Sounder
Global Positioning System (GPS): Yes
Accommodation Requirements: The boat shall contain the following:
Shock-mitigating seats: Yes, all four (4) crew
Air Conditioning: Yes
Overhead Circulation Fans: Yes
Anti-fatigue flooring: Yes
Outfitting Requirements: The boat shall contain the following:
Shore Power: Yes, 50 ft cord to charge batteries. 220V
Mooring Lines: Yes
Fire Extinguisher: Yes
Life Rings w/ Distress Light Marker: Yes
Life Jackets: Yes, to accommodate the crew (4)
Portable Horn: Yes
First Aid Kit: Yes
Towline w/ Reel: Yes, 350 ft capacity
Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement.
Respondents are advised that the Government will acknowledge receipt of the information received and may request additional information regarding what was provided.
SUBMISSIONS:
This RFI is being issued for the purpose of identifying firms with the required expertise and capabilities that might be interested in responding to an RFP, if one were issued, for construction and delivery of the boats. Not responding to this Sources Sought does not preclude participation in any future competitive solicitation if one is issued. If a solicitation is issued, it will be announced via Contract Opportunities at SAM.Gov (https://sam.gov/) and all interested parties must respond to that solicitation announcement separately from any response to this RFI.
It is anticipated, subject to annual appropriations, that up to twelve (12) boats will be procured. Interested sources are encouraged to submit a capability summary describing similar vessel design(s), the firm's recent relevant business experience, and their approach in meeting the requirements stated above. Responses should include:
(a) The name and address of the firm, and where the boat would be built.
(b) Point of contact information for the firm, including names, titles, phone numbers, and email addresses.
(c) Firm size status and interest in participation responding to a competitive solicitation for the anticipated boat(S).
(d) Production Throughput: the firm is recommended to provide information demonstrating their capability/capacity for production throughput. When describing throughput, please address capability/capacity of facilities and how they are suitable to handle the physical components of the boat, and stowage of GFE. Information requested to also include the estimated maximum production throughput of boats per year, considering constraints from other contracted and projected workload for other project/programs.
(e) Past experience performing construction of boats of similar dimensions and characteristics highlighting: Construction techniques; Portions which will be internal vice subcontracted, including identification of likely design agent; Familiarity with Government contract requirements and drawing development. Give examples of successful Government contracts of similar scope of work on boats of 21-foot in length. A description of the boat design identified by the firm that meets or comes close to meeting the above listed design requirements.
(f) Provide approximate price for the candidate vessel
This RFI is the continuation of market research under Part 10 of the Federal Acquisition Regulation (FAR)and is not an RFP. The informational responses shall contain unclassified information only.
Responses are requested by 8:00 AM Eastern Time on March 31, 2023. Please provide responses ONLY by email, as telephonic questions will not be accepted at this time. All responses and questions regarding this RFI must be emailed to the following:
Micha.A.Wisniewski@uscg.mil
Daniel.Southard@uscg.mil
Karl.A.Harris@uscg.mil
Attachments/Links
Contact Information
Contracting Office Address
- WASHINGTON DC 20593
- WASHINGTON , DC 20593
- USA
Primary Point of Contact
- Micha Wisniewski
- Micha.A.Wisniewski@uscg.mil
Secondary Point of Contact
- Karl Harris
- Karl.A.Harris@uscg.mil
History
- Apr 15, 2023 11:58 pm EDTSources Sought (Updated)
- Mar 09, 2023 11:02 am ESTSources Sought (Original)