Long Range Interceptor Cutter Boat, 3rd Generation (LRI III)
Process Number 70Z02322R93250001
Dates:
70Z02322R93250001
Department/Ind. Agency:HOMELAND SECURITY, DEPARTMENT OF
Sub-tier:HOMELAND SECURITY, DEPARTMENT OF
Sub Command:HQ CONTRACT OPERATIONS (CG-912)(000
Office:HQ CONTRACT OPERATIONS (CG-912)(000
General Information:
(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
Updated Published Date:(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
Original Published Date:2021-11-03 08:09:00
Original Response Date:Nov 18, 2021 04:30 pm EST
Inactive Policy:Manual
Original Inactive Date:Feb 15, 2022
Initiative:- None***--***
Classification:
Total Small Business Set-Aside (FAR 19.5)
Product Service Code:1940 - SMALL CRAFT
NAICS Code:336612 - Boat Building
Description:
The U.S. Coast Guard (USCG) has a requirement to provide the next generation of Long Range Interceptor cutter boats. The USCG will procure up to fifteen (15) Long Range Interceptor cutter boats, which will become the Long Range Interceptor, 3rd Generation cutter boat (LRI III). LRI III will meet the need of the expanded National Security Cutter fleet. The LRI III is a multi-mission asset supporting: Search and Rescue, Drug Interdiction, Alien Migrant Interdiction Operations, Living Marine Resource, Other Law Enforcement, and Defense Readiness. Parent cutters may employ the LRI III throughout a spectrum of climates, weather conditions, sea states, and in both day and night environments. This requirement will be conducted under the following U.S. Code provisions, listed in descending order of precedence, regarding the requirement to build boats for the Government within the United States: (a) 14 USC § 665 - Restriction on Construction of Vessels in Foreign Shipyards and (b) 10 USC § 7309 - Construction of Vessels in Foreign Shipyards: Prohibition. The Government intends to award a single five (5) year indefinite delivery indefinite quantity (IDIQ) contract. The Government will evaluate written proposals using the tradeoff process. The Request for Proposal (RFP) is expected to be released in January 2022 or February 2022 via https://beta.sam.gov/. Hard copies of the solicitation and specification will not be issued. A National Stock Number (NSN) has not been assigned to this item. Specification requirements, including size, dimensions, other form, fit or functional descriptions will be released with the solicitation.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
WASHINGTON DC 20593
WASHINGTON , DC 20593
USA
Primary Point of Contacts:Allen A. Tillman II
Secondary Point of Contact:William E. Lewis