Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

R -- Icebreaking Vessel Technologies Support - Statement of Work

Notice Date
8/22/2008
 
Notice Type
Statement of Work
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-60626
 
Response Due
9/1/2008 12:00:00 PM
 
Point of Contact
Carol L Dreszer,, Phone: 410-762-6492, Nancy D Dean,, Phone: 410-762-6461
 
E-Mail Address
Carol.L.Dreszer@uscg.mil, nancy.m.dean@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard (USCG) Engineering Logistics Center (ELC) has a requirement for technical support services for Icebreaking Vessel Technologies. The objective of this effort is to support planning for these vessel replacement programs, a study of the current state of the art in icebreaking vessel technology is required. The findings of the study will be applied to optimize efficiencies and effectiveness in future USCG Icebreaker designs. The technical support services to be provided include Phase I - Requirements and Alternatives Assessment, Task 1 - Identify and assess icebreaking performance requirements implied by the referenced NRC report in the attached sow and identify potential design drivers and associated performance impacts. Task 2 - Identify and propose alternative approaches to meeting the needs and performance requirements. The contractor shall consider the current state of the art in icebreaking vessel technologies and operational methodologies with potential application to USCG vessels and missions. Task 3 - Phase I Requirements and Alternatives Report – Provide draft and final reports on the results of Tasks 1 and 2. Phase II Concept Development and Assessment. Task 4 - Following approval of Phase I recommendations, develop the recommended concepts to a level to assess feasibility, costs and performance. Task 5 - Phase II Polar Missions Concept Designs Report – Provide a draft and final report summarizing the results of Phase I and details of Task 4. OPTIONAL TASKING – Icebreaker Technology Design Concepts for USCG Great Lakes, Inland Rivers and Coast Harbors Missions. Phase II Requirements and Alternatives Assessment, Task 6 - Identify and assess icebreaking performance requirements for the Great Lakes, Inland Rivers and Coast Harbor shipping channel maintenance mission. Identify potential design drivers and associated performance impacts. Task 7 - Identify and propose alternative approaches to meeting the needs and performance requirements. Task 8 - Phase II Requirements and Alternatives Report. Phase IV - Concept Development and Assessment. Task 9 - Following approval of Phase II recommendations, develop the recommended concepts to a level to assess feasibility, costs and performance. Task 10 - Phase IV Great Lakes, Rivers and Coast Harbor Icebreaking Missions Concept Designs Report. Services to be performed in accordance with the attached statement of work. The USCG intends to award a sole source firm fixed price contract to Visions & Polar Innovations. It is the Government's belief that Visions & Polar Innovations, located in Calgary AB, is the only contractor who possesses specialized expertise and experience in innovative icebreaking vessel design and construction, specifically, Mr. Ben Johansson, the proprietor, has experience as one of the lead designers of the Swedish icebreaker ODEN, a modern innovative design that was one of the first icebreaking vessels to reach the North Pole. No other sources have the technical qualifications and necessary resources to perform the work described herein, nor will any other services satisfy the Government requirements. Concerns having the expertise and required capabilities to furnish the above services are invited to submit complete information discussing the same in duplicate within 5 days of this announcement. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Alternate proposal data must include sufficient information to allow the Coast Guard to evaluate. The Coast Guard does not intend to pay for information solicited. Responses shall be submitted within 5 days of this announcement. Responses must be concise and specific to the requirements mentioned above. The submission of data for review shall not impede award of a contract. This is a combined synopsis/solicitation for commercial services and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a price quotation is being requested and a written solicitation will not be issued. Quotation shall include the firm fixed price for providing the technical services listed in the attached statement of work for the Coast Guard. The solicitation number is HSCG40-08-Q-60626. Closing date for quotation is 1 September 2008. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAIC code for this solicitation is 541330. The small business size standard is $18.5 million. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. 52.204-7, Central Contractor Registration (APR 2008); 52.212-1, Instructions to Offerors Commercial Items (JUNE 2008); 52.212-3, Offeror Representations and Certifications-Commercial Items. (JUNE 2008). The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpngov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation.), as of the date of this offer and are incorporated in this offer by reference); 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference (JUNE 2008): 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) 52.227-14, Rights in Data—General. Rights in Data—General (Dec 2007) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.215-5, Facsimile Proposals (410) 762-6270 (OCT 1997); 3052.209-70, Prohibition on Contracts with Corporate Expatriates in all solicitations and contracts Copies of HSAR clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b652181c1aa77e83b8ee8c70bcab5029&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work for Icebreaking Vessel Technologies Support (Attachment (1) SOW -Icebreaker Technologies.doc)
Link: https://www.fbo.gov//utils/view?id=c409ef34a074edfd1d864d84636eba79
Bytes: 82.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01648340-W 20080824/080822221634-b652181c1aa77e83b8ee8c70bcab5029 (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.