Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SPECIAL NOTICE

A -- Support for nearshore Littoral entry operations research

Notice Date
9/10/2019
 
Notice Type
Special Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE CERL, Champaign, 2902 Farber Drive, P O BOX 9005, CHAMPAIGN, Illinois, 61826-9005, United States
 
ZIP Code
61826-9005
 
Solicitation Number
W81EWF91624009
 
Archive Date
10/1/2019
 
Point of Contact
Lisa Bernard, Phone: 2173734425
 
E-Mail Address
lisa.a.bernard@usace.army.mil
(lisa.a.bernard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal & Hydraulics Laboratory (CHL) intends to award a contract on a sole source basis to Scripps Institution of Oceanography (SIO) upon the basis of the authority provided at FAR 13.106-1(b). ERDC's Coastal & Hydraulics Laboratory in Vicksburg, MS is conducting research supporting littoral entry operations for the US ARMY to effectively understand operations of amphibious landings, waves, wind, currents, and beach bathymetry. The research objectives focus on establishing better known ways of projecting forces in the nearshore littoral zone. To better accomplish this mission, having measurements for wave and bathymetry are an important capability for this effort. Currently underway to accomplish this mission, is research that looks to understand the capability to measure the elevation of the seafloor. To that end, ERDC is undertaking research to use robotics that crawl on the seafloor. This approach, of operating on the seafloor, provides a unique ability to take measurements that are minimally affected by breaking waves that can cause vehicle motion. Reduced vehicle motion removes an added complexity in an otherwise challenging environment. By using this technique, this expands operating conditions to more extreme environments safely and covertly. Scripps Institution of Oceanography (SIO) is the only source reasonably available to satisfy the Government's requirement because SIO has a C2I autonomous bottom crawling amphibious robot that can operate in the surf zone. The C2I platform is the same vehicle platform that ERDC researchers utilize, therefore the research being provided is immediately transferable to an ERDC capability. SIO has been working with this platform for over 2 years and have a close relationship with the C2I engineers. They have tested the C2I platform in wave conditions previously and have determined that the vehicle operations are satisfactory for this application. SIO's experience with the C2I equipment and specific conditions for conducting the necessary research, make them the only source reasonably available to provide the necessary research data within the schedule of the project. The associated North American Industry Classification System (NAICS) code is 541380 Testing Laboratories. This Notice of Intent is not a request for competitive quotations. However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 12:00 PM CST, 16 September 2019 to Lisa Bernard at e-mail: lisa.a.bernard@usace.army.mil. Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/330/W81EWF91624009/listing.html)
 
Place of Performance
Address: 3909 Halls Ferry Road, Vicksburg, Mississippi, 39183, United States
Zip Code: 39183
 
Record
SN05437684-W 20190912/190910230845-757bc20a4ee60eb5803a0b39b870d982 (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.