SOURCES SOUGHT
A -- Research, Design, and Development Support Services
- Notice Date
- 4/30/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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-I-R00019
- Archive Date
- 6/16/2009
- Point of Contact
- Helen R Nelson, Phone: 860-271-2843
- E-Mail Address
-
helen.r.nelson@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR THE UNITED STATES COAST GUARD (USCG) RESEARCH AND DEVELOPMENT CENTER (RDC) IN NEW LONDON, CT. This Request for Information (RFI) is part of a market research effort to assess industry capabilities that will best address the USCG's needs with regard to the planned execution of a Research, Design, and Development Support Services contract. It is anticipated that this effort will result in the award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a performance period of five years. In a rough order of magnitude, it is anticipated that the effort required over the five-year period may be in the range of $25M. The RDC is the Coast Guard’s (CG) sole facility performing research, development, test and evaluation (RDT&E) in support of CG major missions of Maritime Law Enforcement, Maritime Safety, Marine Environmental Protection and National Security. RDC’s efforts are broad and varied. The RDC also supports CG acquisition and regulatory processes for the purpose of improving the efficiency and effectiveness of CG operations and resources. The RDC is seeking information on companies that have the capability to augment the capacity and technological expertise of the RDC in the broad areas of Research, Design, and Development. This augmentation will result in a long-term partnership that will allow the RDC to evolve their role as technical advisor and consultant to their sponsors which include CG, Department of Homeland Security (DHS), and other Government agencies. The primary contractor support services required are in the following functional areas: 1.Systems Engineering Design and Development 2.Operational Test and Evaluation 3.Naval Architecture/Marine Engineering 4.Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) 5.Wide Area Surveillance 6.Port Security/Infrastructure Protection 7.Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) Detection and Protection 8.Marine Fire Safety Research Services 9.USCG Traditional Missions to include Search and Rescue, Maritime Law Enforcement, Oil Spill/Hazardous Materials (HAZMAT) Response, Aquatic Nuisance Species (ANS) Mitigation, Waterways Management, and Alternative Energy 10.Logistics 11.Workforce and Staffing Analysis 12.Human Systems Integration (HSI) 13.Operational Research and Decision Support 14.Concept of Operations (CONOPS) Development 15.Risk Analysis and Management 16.Requirements, Alternatives, Cost, and Operations Analysis In almost all cases, each task order will require an integration of expertise from a wide variety of these functional areas. The level of support required varies by each task order. Work under this contract may provide the Contractor with access to advance information about future Government procurements that is not generally available to other persons or firms. In addition, the work may involve the definition of requirements, or the preparation of specifications, for various systems, equipment, hardware, and/or software. In order to prevent a potential bias, unfair competitive advantage, or potential conflicts of interest, the Contractor shall be subject to restrictions for the duration of each task order and for one year after completion and acceptance of all work performed thereunder. RDC efforts broadly address the Research, Design, and Development of CG systems including prototypes, testing and evaluation of Commercial-off-the-Shelf (COTS) systems, and improving existing CG’s operational and maintenance systems. Many projects address issues of critical importance requiring an appreciation of local, national, and international maritime polices and regulations; a perspective of socio-economic concerns as they apply to the CG and DHS; and an in-depth understanding of maritime needs and technological opportunities. RDC activities occur on three separate time horizons. Some activities focus on improving the capability of today’s CG. Other activities define the capabilities for tomorrow’s CG (5-10 years). RDC also explores CG capabilities needed 15-25 years in the future. Capability statements in response to this market research shall include the following:(1) a description of the capabilities and infrastructure components that demonstrate the ability to support multiple functional areas integrated within each task order [limit 3 pages]; (2) a description of company history with regard to (a) how multidisciplinary experience was obtained or developed and (b) types and/or combination of types of awarded contract vehicles (e.g. Cost Reimbursement, IDIQ, Fixed Price, Fixed Price Level of Effort, Time & Materials, etc.) [limit 1 page]; (3) a description of the degree of teaming needed to meet the requirements listed above including the need to accommodate the possible surge in level of effort [limit 1 page]; (4) A description of the company’s Quality Control Program that will be used to insure quality products are delivered in a timely manner [limit 1 page]; and (5) identify whether you are a small or large business with regard to the North American Industry Classification System (NAICS) Code 541330. This synopsis is for information and planning purposes only, does not constitute a solicitation, is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. In accordance with FAR 15.201(e), responses to this RFI are not offers and will not be accepted by the U.S. Government to form a binding contract. Respondents will not be notified of the results of the evaluation of the capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted at the FedBizOpps website. It is the potential offeror’s responsibility to monitor the FedBizOpps website for the release of any synopsis or solicitation that may result from this market research. Information collected through this announcement will be reviewed by individuals from the USCG. Capability statements shall be limited to no more than seven pages and sent directly to: Helen.R.Nelson@uscg.mil with a copy to Philip.E.Muir@uscg.mil. Only electronic responses will be accepted and shall be submitted no later than 1 June 2009. PHONE CALLS WILL NOT BE ACCEPTED, VOICE MAIL MESSAGES LEFT WILL NOT BE RETURNED, AND EMAILS RECEIVED WILL NOT BE RESPONDED TO. Point of Contact Helen Nelson, Administrative Assistant, Phone 860-271-2843, Fax 860-271-2888, Email helen.r.nelson@uscg.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ee06a98a56260a8d67c725c29b76bfd7&tab=core&_cview=1)
- Record
- SN01805654-W 20090502/090430220623-ee06a98a56260a8d67c725c29b76bfd7 (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 |