Skip to main content

An official website of the United States government

You have 2 new alerts

U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades

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: Apr 03, 2025 03:25 pm EDT
  • Original Published Date: Apr 03, 2025 03:13 pm EDT
  • Updated Response Date: Apr 14, 2025 11:00 am EDT
  • Original Response Date: Apr 14, 2025 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 29, 2025
  • Original Inactive Date: Apr 29, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1940 - SMALL CRAFT
  • NAICS Code:
    • 336612 - Boat Building
  • Place of Performance:
    San Diego
    USA

Description

Request for Information 

Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) Maintenance  

Synopsis: 

The United States Coast Guard (USCG) is seeking information from potential offerors who are interested in, and capable of providing repair, maintenance and upgrade support services for the Naval Special Warfare (NSW) 11 Meter (11M) Rigid Inflatable Boats (RIBs).U. S. Coast Guard Maritime Security Response Teams (MSRT) utilize 11 Meter (11M) Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and 33’Special Purpose Craft – Law Enforcement (SPC-LE) boats as part of the operational resources. The SPC-BTD II and SPC-LEs require periodic maintenance as well as design upgrades to improve performance and extend usable life of the boats and associated equipment. The repairs and maintenance will be performed in Two (2) Geographical locations, both the West Coast and East Coast.   

This RFI seeks information and capabilties of potential offerors that have the capacity to perform this required service in either or both Geographical regions, Note, you are not required to provide servies in both locations.  Additionally, One location or another location and both locations are sufficient. Please provide the following information: 

Tailored capability statements addressing the particulars of this effort, with appropriate documentation to support claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 

  1.  The capability statements shall address, at a minimum, the following items: 
  2. Can or has your company managed a similar task of this nature? If so, please provide details.  
  3. What type of work has your company performed in the past in support of the same or similar requirement? 
  4. What specific technical skills does your company possess which ensure capability to perform the tasks?  
  5. What is your company’s size and socio-economic status? 
  6. Will this company likely be able to provide support in One Geographical Region, or Both. If one, Which region? 
  7. Any Questions, Suggestions or Feeback on the nature of this requirement. 

Responses to this RFI shall be submitted to Miranda.V.Smith@uscg.mil  and Carbon Copy Adam Petty at Adam.F. Petty1@uscg.mil by email no later than April 14, 2025 at 11:00am. EST. 

This special notice is for market research and planning purposes only.  It does not constitute a solicitation and shall not be construed as a commitment by the Government to award a contract from responses to this announcement.  Any information submitted by interested parties is strictly voluntary and no monetary compensation will be provided for response preparation. 

Contact Information

Contracting Office Address

  • WASHINGTON DC 20593
  • WASHINGTON , DC 20593
  • USA

Primary Point of Contact

Secondary Point of Contact

History