WLI X Band Primary SSR
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)
- Original Published Date: Apr 19, 2024 02:54 pm EDT
- Original Response Date: May 03, 2024 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: May 18, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance: USA
Description
This Request for Information (RFI) is issued by the United States Coast Guard (USCG) for informational, market research, 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 4:00 PM, Eastern Time (ET) on day, 05/03/2024. Inquiries/information received after the established deadline shall NOT be considered for this acquisition.
Respondents shall email responses to the following email addresses:
Mitch Carpenter at Mitchell.Carpenter@uscg.mil; and
Heather Amaral at Heather.A.Amaral@uscg.mil
To assist the Government with tracking responses, please reference responses as “120’ WLI X-Band Primary Surface Search Radar (SSR)” and Company’s name in the subject line. Telephone responses will not be accepted.
Background and Purpose
The USCG is replacing its aging fleet of inland tenders that support the Service’s aids to navigation (ATON) mission in federal waterways, including the Nation’s Maritime Transportation System’s (MTS) inland buoy tenders (WLI).
The USCG has partnered with the U.S. Army Corps of Engineers Marine Design Center to develop a government-led design for the WLI variant to minimize design risk, maximize commonality, and reduce design burdens for prospective contractors. The USCG is now seeking to identify potential sources for the procurement of the required major equipment and services in support of the upcoming WLI production acquisition.
As part of the integrated design solution, the USCG requires the following brand name equipment and services per hull:
One (1) Furuno FAR-3000 series radar assembly, to include
One (1) Furuno XN12CF-RSB-128-10C antenna.
a. Complete Original Equipment Manufacturer (OEM) factory and Quality Conformance (QC) testing on each installation.
b. OEM Certification, Warranty and QC Test Reports for each installation.
c. On-Board Repair Parts (OBRP) Kit to ensure the cutter has all required repair parts available to support an operational deployment.
Requested Feedback from Industry
The following requested information is intended to increase the USCG’s understanding of the potential sources able to provide the required equipment and services. In response to this RFI, companies that believe they have the capability to provide the equipment and services required are asked to provide the following information.
Please note that an official Request for Proposal (RFP), if released for the WLI procurement, would be the only document relied upon in determining the USCG’s final requirements.
REQUESTED INFORMATION:
1. A capability statement detailing the company’s ability to deliver all required equipment (and part numbers as specified) including the lead time required. Include previous contract information where these parts have been provided to the Government and/or commercial customers.
2. A capability statement detailing the company’s ability to provide WLI shipboard technical service support and training for the required x-band radar set installation kits. Include previous contract information where these services have been provided to the Government and/or commercial customers.
3. A description of the company’s experience demonstrating ability to partner with other Government entities and their contractors, while maintaining technical, schedule, and cost constraints of the contract.
4. A statement describing the biggest challenges the company would face in trying to perform this requirement.
5. A statement detailing the cost to fulfill this equipment with projected increases per fiscal year.
Attachments/Links
Contact Information
Contracting Office Address
- 2703 MARTIN LUTHER KING JR AVE SE
- WASHINGTON , DC 20593
- USA
Primary Point of Contact
- Mitchell Carpenter
- mitchell.carpenter@uscg.mil
Secondary Point of Contact
- Heather Amaral
- Heather.A.Amaral@uscg.mil
History
- May 18, 2024 11:55 pm EDTSources Sought (Original)