Vessel Identification System Data
ID: 70Z0G324QOIPL0006Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for a Vessel Identification System (VIS) data service aimed at enhancing information sharing among law enforcement and regulatory entities. The procurement seeks to establish a centralized system for sharing state vessel registration and federal vessel documentation information, which is critical for law enforcement, theft prevention, and rescue operations. This contract, classified under NAICS Code 518210, is a small business set-aside with a potential performance period of five years, starting from January 2, 2025, and includes a base year with four optional extensions. Interested vendors must submit their quotations by November 12, 2024, and can direct inquiries to Susan Salaj at susan.h.salaj@uscg.mil or Donald Biebel at donald.a.biebel@uscg.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) for the Vessel Information System (VIS) ensures the U.S. Coast Guard's mandate to develop a centralized vessel identification and information-sharing system among law enforcement agencies. Established by Congress in 1988, VIS enables efficient access to data regarding registration and documentation of vessels across participating states, supporting efforts in law enforcement, theft prevention, and rescue operations. This SOW outlines the data feed requirements, which mandate weekly updates from participating states via secure protocols, along with detailed data structure specifications. Vendors must establish Memorandums of Agreement (MOAs) with at least 35 states to facilitate data sharing. The contractor is responsible for managing data integrity and addressing errors quickly. Security measures regarding personal information and compliance with Section 508 accessibility standards are mandatory for all products delivered. The contract spans one base year with four optional years, emphasizing continuity of support and participation in relevant industry associations. Overall, this SOW serves as a crucial foundation for collecting, managing, and sharing vessel data to enhance maritime safety and enforcement capabilities.
    This document outlines various contract clauses relevant to federal government Request for Proposals (RFPs) and grants, emphasizing compliance with statutory regulations. Key clauses include provisions for Contractor Employee Whistleblower Rights, requiring contractors to inform employees of their rights, and Offeror Representations and Certifications, where offerors confirm their status as small or disadvantaged businesses. Specific definitions related to telecommunications equipment, child labor, and ownership structures are provided to ensure clarity and compliance with federal laws. The document also mandates certifications concerning federal tax status, labor rights, and employment eligibility, alongside requirements for identifying manufacturing locations of products supplied. It establishes obligations related to several important statutes, including those governing the use of certain technologies, corporate responsibilities, and sustainability initiatives. Ultimately, this compilation serves to guide contractors in adhering to regulatory standards while submitting proposals, promoting transparency and integrity in federal contracting processes.
    The document provides a pricing summary for a Visual Information System (VIS) contract structured into several periods: a base period and four option periods. Each period is detailed with Contract Line Item Numbers (CLIN), unit prices, and total prices, although the specific figures are not currently filled out. The base period and each of the four option periods contain identical quantities of 12 months for service provision. The ultimate goal is to present a comprehensive cost overview for the overall price across the base and option periods, crucial for government procurement processes. This summary serves to elucidate the structure of federal requests for proposals (RFPs) and grants by demonstrating how pricing is organized and calculated across different contract phases, ensuring transparency in the financial aspects of governmental contracts.
    The Department of Homeland Security (DHS), specifically the U.S. Coast Guard, is seeking proposals for a Vessel Identification System (VIS) data service aimed at enhancing information sharing among various law enforcement and regulatory entities. The contract, RFQ# 70Z0G324QOIPL0006, is proposed as a Firm Fixed Price agreement, with an initial term of one year commencing January 2, 2025, and includes four optional one-year extensions. The solicitation, classified under NAICS Code 518210, is set as a small business set-aside, requiring vendors to be registered in the System for Award Management (SAM) and submit detailed quotations addressing technical approaches and relevant prior experience. Vendors must demonstrate capabilities in establishing Memorandums of Agreements (MOAs) for data sharing and ensure continuity of support as outlined in the Statement of Work (SOW). Quotations must be submitted by November 12, 2024, and will be evaluated primarily on the technical approach and experience, with price as a secondary factor. The intent is to award the contract based on the best value, emphasizing the quality of proposals rather than merely the lowest price. The government's objective is to secure a reliable data system that meets the detailed performance requirements over the five-year potential contract period.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CGC VENTUROUS DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the USCGC Venturous (WMEC-625) during fiscal year 2025. The procurement aims to identify capable firms to perform a range of maintenance tasks, including cleaning, inspecting, and overhauling various systems such as fuel tanks and ventilation ducts, detailed across 31 distinct work items. This opportunity is crucial for ensuring the operational readiness of the cutter, with the anticipated performance period set from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, business size classification under NAICS code 336611, and past performance data to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil, as the government conducts market research to inform future solicitations.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    Long Term Vessel Storage (110-Ft Length)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors capable of providing long-term dry storage for three ex-U.S. Coast Guard 110-ft vessels. The procurement involves towing the vessels from the USCG Yard in Baltimore, MD, to a secure storage location within 150 miles, lifting them onto cradles, shrink-wrapping, and storing them in a secured area with video surveillance, starting approximately in March 2025 for an estimated duration of one year or more. Interested parties are encouraged to submit their capabilities, including daily storage rates, haul-out rates, and tow fees, to the designated contacts, Micha Wisniewski and Ilvin Soto, via email. This sources sought notice is for market research purposes only, and no solicitation is currently available.
    World Fleet Register Data for USACE Waterborne Commerce Statistics Center
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a firm-fixed price contract to obtain comprehensive data on commercial vessels for its Waterborne Navigation Program. The primary objective is to gather detailed vessel information, including specifications such as vessel type, dimensions, and operational status, which will aid in evaluating waterway improvements critical for both domestic and foreign trade. This initiative emphasizes the importance of accurate vessel databases to enhance decision-making in waterway management, ensuring efficient navigation and trade operations. Interested parties must submit their proposals, including technical details and pricing, by October 21, 2024, and all inquiries should be directed to David A. Kaplan or Quan Nguyen via email.
    Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II), which involves the design and construction of up to six boats capable of operating in challenging maritime conditions. These vessels will support critical missions such as Search and Rescue (SAR), Marine Safety, and Law Enforcement, particularly in the Pacific Northwest, where they must endure severe weather conditions. The contract will be awarded as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a three-year base ordering period and an optional four-year extension, and proposals are expected to be evaluated based on technical merit, past performance, and pricing. Interested contractors should prepare for the Request for Proposal (RFP) release anticipated in late November 2024 and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    USCGC Juniper Dockside Repairs FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for dockside repairs on the USCGC JUNIPER (WLB-201) for fiscal year 2025. The procurement requires contractors to provide all necessary labor, materials, and equipment to perform various ship repairs, with the contract period set from January 7 to March 18, 2025. This opportunity is critical for maintaining the operational integrity of the vessel, which serves as a 225-foot oceangoing buoy tender. Interested small businesses must submit their quotes electronically by November 19, 2024, and direct any inquiries regarding the solicitation to the designated contacts by November 1, 2024. For further details, vendors can reach out to Catherine Chan at Catherine.K.Chan@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil.
    VALVE, SOLENOID
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of three solenoid valves under solicitation number 70Z08524Q40225B00. The requirement includes strict adherence to federal guidelines for packaging, shipping, and invoicing, with delivery expected by October 24, 2024, and quotes due by September 11, 2024. These solenoid valves are critical components used in various applications, emphasizing the importance of regulatory compliance in federal procurement practices. Interested vendors must ensure they are registered in SAM.gov and can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    DRYDOCK REPAIRS TO THE CGC CIMARRON AND BARGE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs on the CGC Cimarron and associated barge. The procurement involves comprehensive maintenance tasks, including hull inspections, fire prevention measures, and environmental protections, to ensure the vessels remain operationally ready and compliant with safety standards. This opportunity is critical for maintaining the Coast Guard's fleet capabilities and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals by October 21, 2024, and direct any inquiries to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil, with a deadline for questions set for October 16, 2024.
    Small Business Opportunities FY-24 Q4 / USCG C5I Service Center
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 in Portsmouth, Virginia, has issued a special notice regarding small business opportunities for IT and telecommunications services. This notification serves to inform potential vendors about the designated points of contact for small business inquiries, rather than announcing a specific contracting opportunity. The services sought are critical for enhancing the Coast Guard's operational capabilities and ensuring effective communication and information technology support. Interested small businesses can reach out to Rick Petersen at rick.d.petersen@uscg.mil or 757-295-2270, or Tanika Posey at tanika.l.posey@uscg.mil or 703-417-5568 for further information.