Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

A -- Electrical Power from In Stream Tidal Current for CG Station Eastport, ME Pier - Attachments

Notice Date
4/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1 Chelsea Street, New London, Connecticut, 06320-5506, United States
 
ZIP Code
06320-5506
 
Solicitation Number
HSCG32-09-R-R00018
 
Archive Date
6/13/2009
 
Point of Contact
Joyce Overton,, Phone: 8602712886
 
E-Mail Address
JOVERTON@RDC.USCG.MIL
 
Small Business Set-Aside
N/A
 
Description
Attachment B- GFI Documents Attachment A- Draft Sample SOW BROAD AGENCY ANNOUNCEMENT (BAA) BAA NUMBER HSCG32-09-R-R00018 Electrical Power from In Stream Tidal Current for CG Station Eastport, ME Pier INTRODUCTION This announcement constitutes a Broad Agency Announcement (BAA) in accordance with Federal Acquisition Regulation (FAR) 6.102(d)(2). No request for proposal (RFP), solicitation, or other announcement will be made. This announcement constitutes the only solicitation. The U.S. Coast Guard Research and Development Center (RDC) will not issue paper copies of this announcement. RDC reserves the right to select for award and fund all, some, or none of the proposals in response to this announcement. RDC provides no funding for direct reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. RDC treats all proposals as sensitive competitive information and discloses their contents only for the purposes of evaluation. I. GENERAL INFORMATION 1. Agency Name U.S. Coast Guard Research and Development Center 1 Chelsea St New London, CT 06320-6048 2. Research Opportunity Title Electrical power from tidal current 3. Program Name Alternative Energy 4. Research Opportunity Number BAA Number HSCG32-09-R-R00018 5. Response Date Proposals due May 29, 2009 6. Research Opportunity Description 6.1 Background Executive Order (EO) 13423 of January 24, 2007, sets agency goals to reduce greenhouse gas emissions by 3 percent annually through the year 2015 or 30 percent by the end of fiscal year 2015, relative to the baseline of the agency’s energy use in fiscal year 2003. Renewable sources of energy allow the Coast Guard to help reduce greenhouse gas emissions by decreasing dependency on grid electrical power. Since most Coast Guard facilities are located along coastal portions of the United States, they are positioned to take advantage of a number of natural renewable/sustainable sources for clean electrical power. The Coast Guard wants to demonstrate the use of in-stream tidal current to supplement electrical power at the pier of Coast Guard Station Eastport, Maine. A demonstration period would be used to evaluate the viability of tidal current power being used to augment station electrical power; and support the goals outlined in EO 13423. The Government anticipates that a successful system would be installed in the vicinity of the Coast Guard Station Eastport’s pier supplementing the electrical power provided to the Coast Guard station and/or pier. The demonstration shall be no less than 60 days and no more than 12 months. The Government prefers a 12 month demonstration period. 6.2 Scope The scope of this BAA includes obtaining the necessary local, state and federal government permits and approvals to install and operate a system, developing the site design for installing a system and modifying the pier’s electrical system to accommodate a demonstration, providing and installing an operational in-stream tidal current electrical generator, and removal of the system and restoration of the existing pier electrical system after the demonstration. 6.3 In-Stream Tidal Current Generator Demonstration The successful demonstration shall have the following capabilities: 1)Able to obtain all necessary operating approvals and permits before the scheduled installation date. 2)Able to use the tidal current available in the vicinity of the Coast Guard pier in Eastport, ME. 3)Able to provide electrical power to the Coast Guard Station Eastport floating small boat dock, or power a portion of other Station facilities. 4)Able to measure useable electrical power being provided to the pier or facility (e.g. using a meter or similar device). 5)Able to operate through all environmental conditions. 6)System operation does not adversely affect operations at or around the pier. 7)Able to repair the device and restore service if there is an equipment failure. Note: Items 1 and 7 shall be addressed in the proposal. Item 1 shall be addressed by describing the necessary permits and approvals, how/when they shall be obtained to meet the planning/installation schedule. Item 7 shall be addressed by describing the terms of maintenance and repair, including times for response if the device is not operable. Items 2, 3, 4, 5 and 6 will be evaluated directly by the Government during the demonstration period. The demonstration has a target start date of August 31, 2009. Emphasis during the demonstration will be on performance capabilities, maintainability, and reliability. The recording of usable electrical power over the demonstration period and the evaluation of demonstrated technology will be conducted by the Government. Offerors have the opportunity to be creative in their selection of technical approach. 7. Government Furnished Information (GFI) (Attachment B) Contract Drawings Eastport Port Authority Breakwater Rehabilitation Eastport, MAINE Current Speed Measurement 8. Point(s) of Contact Questions prior to the submission of proposals may be addressed to the technical point of contact, John.A.Natale@uscg.mil or (860) 271-2880. Questions after the submission of proposals must be addressed to the Contracting Officer, Joyce.M.Overton@uscg.mil or (860) 271-2886. Only Contracting Officers are legally authorized to commit the Government. 9. Additional Information This announcement is restricted to work relating to installing a tidal power generator, followed by a demonstration period. The demonstration shall be no less than 60 days and no more than 12 months. The Government prefers a 12 month demonstration period. Awards made under this BAA are for scientific study and analysis directed towards developing a system to provide electrical power from available tidal currents. Any hardware or software developed under a contract resulting from this BAA will be retained by the Offeror. The Coast Guard does not expect to own the power generation capability (i.e., prototypes or preproduction models). II. AWARD INFORMATION Award of the effort as a result of this announcement will be in the form of a contract. Award will be made to one or more Offerors whose proposals are considered to be of the highest technical importance to the Government in accordance with the evaluation criteria, taking into consideration the available funding. It is anticipated that a firm fixed price (FFP) contract will be awarded. The period of performance of the award will be 15 months. RDC anticipates a budget of $100,000 for the total program. The anticipated date of contract award is approximately July 31, 2009. III. ELIGIBILITY INFORMATION All responsible sources may submit a proposal, which will be considered by the Government. Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of technology of this proposal for exclusive competition among those entities. IV. PROPOSALS The due date for receipt of proposals is 2:00 p.m. (local time) on May 29, 2009. It is anticipated that final selections will be made approximately 30 days after proposal submission. As soon as the final proposal evaluation process is completed, Offerors will be notified via e-mail of selection or non-selection for award. Contract awards will be based upon successful negotiations. Proposals shall be delivered with one original, one copy, and one electronic copy compatible with Microsoft Office 2003 on a CD-ROM. Proposals shall be sent to: U.S. Coast Guard Research and Development Center Attn: Ms. Joyce P. Overton 1 Chelsea St. New London, CT 06320-6048 Proposal Format – Volume 1 (Technical Proposal) and Volume 2 (Cost Proposal) •Paper Size – 8.5 x 11 inch paper •Margins – 1 inch •Spacing – single or double-spaced •Font – Times New Roman, 12 point •Other allowable: Charts/graphs may exceed the 8.5 x 11 inch paper size. •Number of Pages – Part 1 of Volume 1 is limited to no more than seven pages not including attachments (résumés). Part 2 of Volume 1, Statement of Work and Assertion of Data Rights, has no page limit. Volume 2 has no page limit. Proposals exceeding the page restriction may be excluded from review. Volume I: Technical Proposal The Technical Proposal shall consist of a cover page and two parts, Part 1 and Part 2. Part 1 shall provide an executive summary of the technical proposal, a description of technical merit, brief summaries of staffing, and a description of past performance with a set page limit. Part 2 shall provide the proposed Statement of Work with its task/subtask breakdown and address data rights issues with no page limit. Cover Page shall include the words “Volume I: Technical Proposal” and the following: a.BAA Number; b.Title of Proposal; c.Identity of prime Offeror and complete list of subcontractors, if applicable; d.Principal Investigator (PI) contact (name, address, phone/fax, electronic mail address); e.Contracting/Business contact (name, address, phone/fax, electronic mail address); and f.Duration of effort. Part 1 shall include the following sections and be limited to seven pages: 1.Executive Summary Present briefly and concisely the important aspects of the proposal in an operational context. Clearly identify the system/device technologies and deployment requirements. The summary should present an organized progression of the work to be accomplished with the technical details, such that the reader can grasp the core concepts of the proposal. 2.Technical Merit The proposal shall describe the following: a.Offeror’s understanding of the scope of the problem including the current state of technology associated with tidal current power generation; the regulatory environment and permitting required for the installation and operation; and the technical effort needed with the installation and operation of a system; b.Technology readiness; c.Deployability and suitability in the operating environment; d.Ability to meet the project’s strict timeline. 3.Staffing The proposal shall provide brief summaries clearly demonstrating the relevant skills, experience, and education of those proposed staff members the Offeror considers critical to the success of the proposed effort. Additionally, résumés shall be attached to Part 1 and will not count against the limit of seven pages. 4.Past Performance a. The proposal shall submit a brief description of the most relevant prior efforts (not more than three) completed within the past three years including funding amounts and clear descriptions of the work, roles and responsibilities demonstrating the relevance to the generation of electrical power via in-stream tidal currents. b. The proposal shall provide the name and telephone number of a point of contact for reference for each past performance submission. Note: If the Offeror has no relevant past performance it shall so state. Only relevant past performance submissions will be evaluated. Offerors lacking relevant past performance will be given a neutral rating. Part 2 shall include the following sections (no page limit): Statement of Work (SOW) and Corresponding Deliverables List: The SOW shall clearly detail the scope and objective of this project, including the technical approach and the schedule of technical tasks, subtasks, events, and milestones. The Offeror is expected to provide all equipment and/or real property necessary for the performance of the proposed effort. The following items shall be addressed in the SOW: 1.Kickoff Meeting/Site Survey: In a meeting with RDC personnel at Coast Guard Station Eastport, Maine, the Offeror will provide technical details on the theory of operation and the equipment to be installed. At the meeting, the offeror shall also present an overall work plan for the installation/removal of the system, including dates. The meeting shall be scheduled to occur approximately 15 days after contract award. 2.Permits/Approvals: The SOW shall describe all permits required and planned dates for obtaining the permits. The offeror shall be responsible for obtaining all required permits prior to the installation of any equipment. This shall include all the necessary permits/approvals required from federal, state and local agencies for the installation and operation of a tidal generator. This also includes any permitting required from the local utilities. 3.Technology Demonstration: Items 2, 3, 4, 5 and 6 in Section 6.3 will be evaluated by the Government during the demonstration. All other requirements shall be addressed in the SOW. The demonstration shall be run for 12 months at Coast Guard Station Eastport, ME, but a shorter demonstration period will be considered. 4.Technology Demonstration Date: Specify a date for installation and initiation of the demonstration. 5.Technology Demonstration Conclusion: State that the demonstration equipment will be removed by the offerror at the end of the demonstration period and that the pier will be restored to its original configuration/condition. 6.Special Requirements: The SOW shall identify any specialized requirements needed to successfully accomplish the demonstration and the performance of routine system maintenance. It is anticipated that the proposed SOW will be incorporated as an attachment to the resultant contract award. To this end, the SOW shall be a severable self-standing document without any proprietary restrictions. The Offeror shall format the SOW and Deliverables list using the sample provided in Attachment A as a guide. Deliverables shall be cross-referenced in the SOW. Assertion of Data Rights: The Offeror shall include a summary of any proprietary rights to pre-existing data related to techniques, prototypes, or systems supporting and/or necessary for the use of the research, results, and/or prototype. Any rights assertions made in other parts of the proposal that would impact the rights in this section shall be cross-referenced. If there are proprietary rights, the Offeror shall explain how these affect its ability to deliver subsystems and toolkits for integration. Additionally, Offerors shall explain how the program goals of the Coast Guard are achievable in light of these proprietary and/or restrictive limitations. Offerors asserting Data Rights shall do so in accordance with the clause in FAR 52.227.15, “Representation of Limited Rights Data and Restricted Computer Software.” The Government anticipates incorporating FAR Clauses 52.227-14 along with applicable alternates II, III, IV and V. If there are no claims of proprietary rights in pre-existing data, this section shall consist of a statement to that effect. Volume II: Price Proposal The Price Proposal shall consist of a detailed breakdown by task/subtask corresponding to the same task breakdown (using the same task numbers) in the proposed Statement of Work. Detailed pricing includes, but is not limited to, proposed hours, other direct costs (travel, hardware, subcontracting costs, material, etc.) indirect or burden rates (Overhead, G&A, etc.) All information relating to pricing must be included in this section of the proposal. Under no circumstances shall pricing data be included elsewhere. The price proposal should be prepared in sufficient detail to permit a thorough and complete evaluation by the Government without additional correspondence or communication. During its evaluation, the Government may request clarifications, answers to questions that assist in the Government’s understanding of information contained in the price proposal, or the correction of minor omissions or errors that do not alter the offer. For proposal pricing purposes, Offerors should assume a contract start date of sixty (60) days after submission of the proposal. The price proposal should be limited to the minimum number of pages necessary to satisfy the specific requirements set forth below. Submission of computer-generated data is not desired but if it is essential to support the price proposal, it may be submitted as an addendum and must be clearly cross-referenced to the material it supports in the price proposal. The Government contemplates the award of a firm fixed-fee (FFP) contract from this BAA. The Government does not anticipate that the condition for adequate price competition in FAR 15.403-1(c)(1) will exist. Information other than cost or pricing data may be requested as described in FAR 15.403-3. Cover Page shall include the words “Price Proposal” and the following: 1)BAA Number; 2)Title of Proposal; 3)Identity of prime Offeror and complete list of subcontractors if applicable; 4)Technical contact (name, address, phone/fax, electronic mail address); 5)Contracting/Business contact (name, address, phone/fax, electronic mail address); 6)Period of Performance (duration of effort); 7)Summary statement of proposed costs and fee; and 8)Cognizant DCAA and DCMA point of contact, address, phone/fax, and electronic mail address (if available). V. SIGNIFICANT DATES AND TIMES Anticipated Schedule of Events EventDate (MM/DD/YEAR)Time (Local Time) Proposal Due Date05/29/20092:00 p.m. Contract Award(s)*07/31/2009N/A Kickoff Meeting/Site Survey* Approximately 15 Days after Contract Award(s)TBD All Permits Obtained by Offeror9/15/2009 Technology Demonstration Events System Installation9/15/2009TBD Equipment removal30 days after completion of demonstration period TBD * These dates and times are estimates as of the date of this announcement. VI. EVALUATION INFORMATION Evaluation Criteria Technical – Technical Merit, Staffing and Past Performance are equally weighted. 1. Technical Merit - Comprised of the following equally weighted subcriteria: e.Degree to which device meets capabilities stated in 6.3; f.Offeror’s understanding of the scope of the problem including the current state of technology associated with tidal current power generation and the technical effort needed with the installation and operation of a system; g.Technology readiness; h.Deployability and suitability in the operating environment; i.Methods and ability of the Offeror to obtain all permits/approvals required for the installation and operation of the system prior to the installation date. j.Ability to meet the project’s strict timeline. 2. Staffing – The relevant skills, experience, and education of site technical personnel critical to successfully maintaining and operating the system. 3. Past Performance – Comprised of the following equally weighted subcriteria: a.The relevance of the Offeror’s experience; b.Customer ratings. Price Evaluation Panel Technical and price proposals submitted under this BAA will be protected from unauthorized disclosure in accordance with FAR 3.104-4 and 15.207. The cognizant program officer and other Government scientific experts will perform the evaluation of technical proposals. Cost proposals will be evaluated by Government business professionals. VII. AWARD ADMINISTRATION INFORMATION 1.Administrative Requirements •The North American Industry Classification System (NAICS) code – The NAICS code for this announcement is 541712with a small business size standard of 500 employees. •Central Contractor Registry (CCR) - Successful Offerors will be required to register in the CCR prior to award of any contract. Information on CCR registration is available at http://www.ccr.gov or by calling 1-888-227-2423. •Online Representations and Certifications Application (ORCA) – Successful Offerors will be required to register in the ORCA prior to award of any contract. Information on ORCA registration is available at http://orca.bpn.gov. 2. Reporting The following is a sample of reporting deliverables typically required under a research effort. However, specific deliverables should be proposed by each Offeror and finalized with the Contracting Officer: Detailed Technical Data Technical and Financial Progress Reports Presentation Material(s) Other Documentation or Reports, as required Final Report VIII. OTHER INFORMATION Project Meetings and Reviews Individual meetings/program reviews with the RDC sponsor will be held as necessary. Project status reviews will also be held to summarize the latest results from experiments and any other incremental progress towards the major demonstrations. For Statement of Work/costing purposes, Offerors should assume that the Kick-Off meeting/Site Survey will be done at Coast Guard Station Eastport, Maine with RDC participation. Subsequent meetings are likely, but these may be accomplished via video telephone conferences, telephone conferences, or via web-based collaborations tools.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ff6fc29c616de142bbb538ba5959e6d2&tab=core&_cview=1)
 
Record
SN01798510-W 20090423/090421221539-ff6fc29c616de142bbb538ba5959e6d2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.