Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

J -- Technical and Configuration Support on Integrated Bridge System for USCGC HEALY

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (vpl), USCG Maintenance and Logistics Command - Pacific, 1301 Clay St., Suite 807N, Oakland, CA, 94612-5249, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG85-07-R-HLYIBS
 
Response Due
1/25/2007
 
Archive Date
8/31/2007
 
Description
NOTICE OF INTENT FOR SOLE-SOURCE CONTRACT TO NORTHRUP GRUMMAN CORPORATION, SPERRY MARINE DIVISION: The United States Coast Guard (USCG) intends to award a sole source contract to Northrup Grumman Systems Corporation, Sperry Marine NGSC, SM of Charlottesville, VA for maintaining the Integrated Bridge System (IBS)/Main Ship Control Console (MSCC) on board the USCGC HEALY (WAGB-20). The maintenance support the Coast Guard requires includes on-site groom of the IBS; technical consultation for troubleshooting and repairing equipment via phone, facsimile, or on-site visits (homeport and world wide, as required); and hardware/software configuration management services. The core components of the IBS are: Integrated Navigation System (INS), Electronic Chart Display (ECDIS), Radar, Doppler Speed Log, Follow-up Steering System, Non Follow-up Steering System, Auto-pilot, Gyrocompass, Remote Conning Stations (P/S Bridge Wings, Science Conn, Aloft Conn), INS Local Area Network (LAN) Cable Plant, Global Maritime Distress and Safety System (GMDSS), AIS Class A Transponder System (SAAB), and NAVTEX. The Healy is currently home ported in Seattle, WA. Sperry Marine is the original equipment manufacturer of the IBS. The maintenance support contractor shall maintain a quality program that complies with ISO-9001. The Coast Guard intends to procure the services from Northrup Grumman Systems Corporation, Sperry Marine, under the authority of 10 U. S. C. 2304 (a) (1), FAR 6.302-1, Only One Responsible Source and no Other Supplies or Service Will Satisfy Agency Requirements. This is a contract to the OEM for support services, as the developer and proprietor of the Voyage Management System (VMS) software that enable integration of the IBS components, Sperry Marine, is the only known source with access to the software code to maintain the system. Hardware and software interfaces for the subcontractor components were also designed and developed by Sperry Marine. Sperry Marine considers the VMS software and component interfaces proprietary. The Government does not own the technical documentation or software code needed to conduct a competitive procurement. All responsible sources are encouraged to identify their interest and capability to respond to this requirement. Other potential sources must submit a capability statement that sufficiently demonstrates qualification, capabilities, and previous experience relevant to fulfilling the above requirements. Capability statements shall include evidence that the company has access or will have access to Sperry Marine's proprietary software (e.g., signed agreement with Northrup Grumman Systems Corp, Sperry Marine, licensing arrangement, etc.). DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG85-07-R-HLYIBS, which is a request for Proposals (RFP). The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-14. NAICS code is 336611 and small business size standard is 1,000 employees. SOLICITATION CONTRACT LINE ITEM NUMBERS: This contract has the following contract line item numbers (CLINs): CLIN 0001, Program/Configuration Management, Qty 1 JB; CLIN 0002 Groom, Qty 1 JB; CLIN 0003, Technical Support, CLIN 0003AA Engineering Support Straight Time Est Qty 25 HRs and CLIN 0003AB Technical Support Straight Time Est Qty 25 HRs; CLIN 0004 MK-39 Design Book/ECP, Qty 1 JB; CLIN 0005 Parts Support, as required; CLIN 0006AA Training for Operations, Qty 1 EA; CLIN 0006AB Training for Maintenance, Qty 1 EA, CLIN 0006AC Update Training Manuals and Lesson Plans, Qty 1 JB and CLIN 0007 Travel, to be reimbursed in accordance with PAYMENT OF TRAVEL AND PER DIEM COSTS. Proposals submitted in response to this solicitation must include: (1) CLIN number, (2) item name, (3) unit of issue, (4) unit price and (5) extended price for each CLIN. Also required is (6) taxpayer identification and Dun & Bradstreet (DUNS) number; (7) Contractors full name, address, and telephone number. Proposals should be written and submitted in a legible format. ALL PROPOSALS MUST BE RECEIVED NOT LATER THAN JANUARY 25, 2007, 2:00 PACIFIC STANDARD TIME. Proposals received after that date will not be considered. Electronic offers submitted by email to Glenna.M.Wing@uscg.mil, are acceptable and highly encouraged. STATEMENT OF WORK: . The specifications package will be posted at www.Fedteds.gov through the link available at the www.fedbizopps.gov site for this posting. PERIOD & PLACE OF PERFORMANCE: 05 February 2007 through 31 August 2007 on the USCGC HEALY in Seattle, WA; and at Contractor's facility. PAYMENT OF TRAVEL AND PER DIEM COSTS (a) TRAVEL COSTS: Except as otherwise provided herein, the Contractor shall be reimbursed for travel costs (as defined in Federal Travel Regulations (41 CFR 301-304) on the basis of actual costs incurred subject to the following: (1) All travel, whether it be within the Continental United States or outside the Continental United States, shall be accomplished by commercial carrier, privately owned automobile or auto rental and the cost paid by the Contractor. If such commercial transportation is not readily available, transportation will be furnished by the Government, when requested, by means of Government aircraft, vessel or vehicle. In the event the Government agency furnishing such transportation requires payment therefore, the Contractor shall pay the cost thereof and be reimbursed pursuant to the terms of this Section. The Government will reimburse the Contractor for domestic transportation on the basis of actual cost if by commercial or Government carrier, and at the per-mile rate specified in the Federal Travel Regulation, plus road and bridge tolls. (2) The travel reimbursable herein includes only that travel (commercial carrier, or private automobile or auto rental) performed from the Contractor's plant to the site of work, between the sites of work, and from the site of work to the Contractor's plant. Travel at U.S. Military Installation where Government transportation is available; travel performed for personal convenience, including daily travel to and from work; will not be reimbursed hereunder. Travel costs incurred in the replacement of personnel will not be reimbursed by the Government to the Contractor when such replacement is accomplished at the contractor's or employee's convenience. (3) Relocation costs and travel costs incident to relocation are not allowable and will not be reimbursed hereunder. (b) PER DIEM: The Contractor will be reimbursed for the expense of meals; lodging; transportation between places of lodging or business and places where meals are taken and any other miscellaneous travel and living expense incurred in the performance of this contract at the per diem rate in effect at the time travel is conducted. Per diem shall be payable only when the contractor employee is in an authorized travel status. The per diem rate shall be established in accordance with the Department of Transportation Travel Regulation or a set rate agreed upon by the parties, however, such a set rate shall not exceed the maximum amount permitted by the Federal Travel Regulations. INSURANCE REQUIREMENTS The contractor shall be required to procure and thereafter maintain the following insurance: Ship repairer's legal liability insurance to insure the risks described in HSAR 3052.217-95 Liability and Insurance (DEC 2003), in the amount of $300,000.00. Comprehensive general liability insurance to insure the risks described in HSAR 3052.217-95 Liability and Insurance (DEC 2003), in the amount of $300,000.00 on account of any one accident or occurrence with respect to each vessel, boat and barge upon which work is to be performed under this solicitation and the contract resulting there from: Full insurance coverage in accordance with the applicable State Workmen's Compensation law; and Full insurance coverage in accordance with the United States Longshore and Harbor Workers' Compensation Act. B. As evidence that the offeror has obtained the insurance specified in this schedule, the contractor shall furnish the contracting officer with a certificate or certificates executed by an agent of the insurer authorized to execute such certificates. Such certificate shall be furnished before commencement of work. Each certificate shall state that (NAME OF INSURER) has insured (NAME OF CONTRACTOR), in accordance with the Liability and Insurance clause and the Insurance Requirements clause contained herein. Each certificate shall set forth that each policy of insurance represented thereby will expire on (DATE) and that each such policy contains the following clause: "It is agreed that in the event of cancellation, or any material change in the policy adversely affecting the interest of the Government in this insurance, thirty (30) days' prior written notice will be given to the Contracting Officer." C. An Offeror who proposes to self-insure for any of the risks set forth in the Liability and Insurance clause and in the Insurance Requirements clause contained herein shall submit satisfactory evidence to permit the Contracting Officer to determine that the Offeror's assets are sufficient for the risks set forth in such clauses. The Offeror shall submit with his Offer two (2) certified copies of documents listing his assets and liabilities and such other information as deemed necessary by the Offeror or as required by the Contracting Officer. For approval of self-insurance under the State Workmen's Compensation Law and the United States Longshore and Harbor Workers' Compensation Act, evidence of qualifications as a self-insurer under the applicable compensation statute must be furnished to the contracting officer. The following FAR clauses apply to this solicitation; Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offeror-Commercial Items (SEP 2006). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (NOV 2006). The following clauses listed in 52.212-5 are incorporated: FAR 52.219-8, 52.219-14, 52.219-23, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, and 52.232-33. HSAR CLAUSES 3052.209-70, 3052.217-95, 3052.217-99, and 3052.242-72 OMBUDSMAN NOTICE - NOTICE FOR FILING AGENCY PROTESTS - It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington, D. C. 20593, Telephone (202) 267-2285, Fax: (202) 267-4011.
 
Record
SN01215303-W 20070121/070119220458 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.