Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
SOLICITATION NOTICE

B -- US COAST GUARD MARITIME SECURITY CUTTER SPEED ANALYSIS TASK

Notice Date
4/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-08-Q-MCM131
 
Point of Contact
Thomas D Rush,, Phone: (202)372-4068
 
E-Mail Address
thomas.d.rush@uscg.mil
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure Contractor Services for a Maritime Secuirty Cutter Medium (WMSM) Speed Analysis. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on an Unrestricted basis. SCOPE: Background The ability of the Coast Guard to acquire major systems that meet operational mission needs within cost and schedule constraints begins with the establishment of operational performance requirements. The Sponsor establishes absolute minimums (thresholds) below which the mission can not be successfully performed. The Sponsor also sets objectives to define a value beyond the threshold that reflects an operationally meaningful and cost effective increment to an operationally effective system. The Operational Requirements Document (ORD) prioritizes the various requirements to guide future trade off analyses. The Office of Cutter Forces (CG-751) would like to have a contractor provide support for the analysis task of determining the objective and threshold speed requirements for the WMSM’s effectiveness to meet overarching mission requirements. The contractor will provide analysis support to the United States Coast Guard (CG-751) for a speed analysis of the WMSM. The analysis will be conducted across the spectrum of WMSM operations / missions to support the threshold and objective values selected for required performance parameters to be included in the WMSM ORD. The contractor will assist CG-751 staff by providing an experienced operational team knowledgeable in: concept of operations, modeling and simulation, alternatives analysis, and decision support to effectively communicate the operational utility of WMSM speed options to the user community and to the acquisition chain. In addition, the contractor will identify risks associated with the various speed options that are developed. Develop WMSM Design Reference Mission Operating Scenarios Using WMSM Mission Needs Statement (MNS), WMSM Concept of Operations (CONOPS), and proposed WMSM homeporting plans, the contractor will develop four WMSM design reference mission (DRM) operating scenarios. Input into DRM scenario development will be obtained from Coast Guard subject matter experts in operational and support commands. This task requires an in-depth knowledge of Coast Guard operations and the Coast Guard's Deepwater missions, mission threats, operating environment, system of proposed assets and capabilities, legacy assets and capabilities, and concepts of operation (CONOPS). It also requires significant experience in developing DRMs and CONOPS for major acquisition programs. Deliverable: A report detailing the four DRM scenarios with supporting justification for speed in a MS Word format. Due Date: 2 months following contract award. Facilitate Collaborative Event to Determine the Requirements Related to WMSM Operating Speed Conduct and facilitate a group decision support session among the community of stakeholders to identify the essential requirements for WMSM speed threshold and objectives. The contractor will serve as overall event coordinator and facilitator to lead and mentor group discussions while keeping to critical event timelines and maintaining a focus on workshop objectives. Additionally, the facilitator will serve to frame and help codify the issues to ensure that all perspectives are represented and captured. The contractor shall utilize a collaborative software tool to capture participants’ inputs, manage content and accelerate brainstorming and collaboration. This effort will produce a consensus list of essential, operationally sound requirements for WMSM speed thresholds and objectives. This task requires skilled facilitators who are practiced in the art of leading a group of multiple stakeholders to reach consensus on key issues. It calls for skill in designing a structured, collaborative process to elicit maximum performance of the group. Practical experience in structured electronic brainstorming and idea generation using collaborative software tools and a facility (with appropriate tools) for hosting an offsite event are a necessity. Subject matter expertise in requirements development is also a capability requirement. Deliverable: A MS PowerPoint brief to CG-751 of the collaborative meeting results and all accompanying notes in MS Word format. Due Date: 3 months following contract award. Facilitate Collaborative Event to Prioritize WMSM Speed Requirements Building on the results of the facilitated session to determine WMSM speed requirements and the subsequent refinement of performance attributes through analysis, the contractor will host a facilitated prioritization session of critical stakeholders that will allow participants to reach consensus on priorities for the ship to determine which speed requirements are most important. The contractor shall use a decision support software tool for this effort. This tool will enable participants to evaluate the competing capabilities (leveraging both data and expert judgment) against selected and weighted criteria. The contractor shall combine qualitative and quantitative judgments in a single measurement scale using an analytic hierarchy process to value the requirements, the group will reach consensus on a prioritized list of WMSM speed requirement attributes. This task requires strong practical experience in developing decision modeling techniques that provide a comprehensive solution strategy combining effective collaboration with cutting edge tools to produce higher decisions. It will be necessary to understand how to frame decision alternatives and facilitate a group of stakeholders to effectively evaluate trade offs in order to produce a defendable prioritized list of WMSM speed requirement attributes through consensus. Deliverable: A MS PowerPoint brief to CG-751 of the collaborative meeting results and all accompanying notes in MS Word format. Due Date: 4 months following contract award. Identify the Trade Space Associated With WMSM Speed Requirements Using the results of the facilitated collaborative session to prioritize WMSM speed requirements, the contractor will identify the trade space associated with marine propulsion plants as they are related to WMSM speed and endurance requirements. Deliverable: A MS Word document with supporting analysis as appropriate appendices. Due Date: 5 months following contract award. Travel Travel is authorized to accomplish the tasks specified in this Statement of Work. Actual travel expenses to be paid for from contract funds. Security Access to classified government facilities may be required to accomplish the tasks specified in this statement of work. Use of classified documents or other material up to and including SECRET is authorized. Customer will forward the required DD-254 as soon as practicable following contract award. Government Furnished Equipment (GFE) Contractor may use GFE currently onsite. Government is not obligated to provide GFE. Reference Documents The following reference documents will be provided upon contract award: •Coast Guard Major System Acquisition Manual (MSAM) •Coast Guard’s WMSM Concept of Operations •Coast Guard’s WMSM Hompeport Study •Coast Guard’s WMSM Mission Needs Statement Evaluation Criteria The following evaluation criteria shall be used for awarding this contract: •Minimum of 8 years working with the Coast Guard and a minimum of 5 years experience in dealing with U.S. Navy ships or Coast Guard major cutters in requirements development and acquisition programs. •Experience in conducting requirement analysis studies for naval surface ships during the previous 5 years. •An in-depth knowledge of Coast Guard operations and the Coast Guard’s Deepwater missions, mission threats, operating environment, system of proposed assets and capabilities, legacy assets and capabilities, and CONOPS. •Ability to meet face to face with Coast Guard Headquarters personnel at project initiation and for final review. •Best value to the Coast Guard. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 11:00 AM, ET, APR 25,2008. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price “broken out by labor hours, labor category, materials, and other direct costs”. Offerors must submit an original and one copy of the proposal to PO Thomas Rush, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Thomas.D.Rush@uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical approach. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 11:00 EST, APR 18, 2008. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bc27cdf5846c26e0b0ba8f8a48877bae&tab=core&_cview=1)
 
Place of Performance
Address: USCG HEADQUARTERS SUPPORT COMMAND, 2100 2ND ST. S.W., WASHINGTON, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN01551527-W 20080412/080410220211-bc27cdf5846c26e0b0ba8f8a48877bae (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.