Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

C -- Engineering Services FRC-B Loads Prediction Validation - Package #1

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-13002
 
Archive Date
9/14/2010
 
Point of Contact
Dennis S Kokoskie, Phone: 4107626097
 
E-Mail Address
Dennis.S.Kokoskie@uscg.mil
(Dennis.S.Kokoskie@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW The U.S. Coast Guard (USCG) Engineering Logistics Center (ELC) has a follow-on requirement for engineering services in support of USCG High Speed Naval Vessel (HSNV) Loads Prediction for Finite Element Analysis (FEA) Applications. The objective of this effort is to integrate existing approaches and analysis tools for hydrodynamic load prediction using the time domain VERES wave loads prediction approach that will ultimately be used for FEA load application for cutter operational envelop definition and hull structural integrity and life maintenance strategies. The engineering services to be provided include Task 1 - Wave Bending and Impact Loads Prediction, Task 2 - Error Checking, Task 3 - User Interface, Task 4 - Test Approach in accordance with the attached statement of work. The USCG intends to award a sole source firm fixed price contract to DET NORSKE VERITAS. It is the Government's belief that DNV/Marintek, Sintef Group, located in Trondheim, Norway is the only contractor who possesses world wide expertise and experience in the application of state of the art analytical and experimental tools for predicting hydrodynamic loads and response to waves. This expertise is essential for the evaluation of hydrodynamic response and slamming events critical for designing the structural integrity and mission effectiveness of HSNV. DNV/Marintek has developed a proprietary approach for predicting the loading and response of HSNV named VERES that is uniquely suited for the USCG application. 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 engineering services listed in the attached statement of work for the Coast Guard. The solicitation number is HSCG40-10-Q-13002. Closing date for quotation is 30 August 2010. 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. (AUG 2009). 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 (JUNE 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 (JULY 2010): 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (JUNE 2009) 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-13002/listing.html)
 
Place of Performance
Address: Surface Forces Logistic Center, 2401 Hawkins Point Road, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN02251304-W 20100825/100823235336-210af704d933f6b18199920ce19e622d (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.