SOLICITATION NOTICE
99 -- Towing Tank Models for US Coast Guard Academy
- Notice Date
- 2/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339932
— Game, Toy, and Children's Vehicle Manufacturing
- 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
- HSCG32-10-P-E00088
- Point of Contact
- Joyce L Overton, Phone: 860-271-2886
- E-Mail Address
-
joyce.m.overton@uscg.mil
(joyce.m.overton@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combine synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Solicitation No. HSCG32-10-Q-E00088 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This solicitation is set-aside 100% small business and the associated NAICS code is 339932 and small business size standard is 500 employees. The contractor shall furnish all labor, material, equipment, transportation and supervision for the Fabrication Specification for Towing Tank Models for USCG General listed below. The contractor shall provide a firm fixed price proposal for each CLIN. CLIN 0001 -USCG National Security Cutter (418' frigate-type hull with tumblehome above waterline) 1 Job tiny_mce_marker________ CLIN 0002 - Construction of ship model for Security Cutter (418' frigate-type hull with tumblehome above waterline) 1 Job tiny_mce_marker________ ALL PRICING SHALL BE F.O.B. DESTINATION FOR BOTH SHIPS, AN ELECTRONIC FILE CONTAINING HULL SURFACE IN 3-D CAD/CAM FORMAT WILL BE FORWARDED BY REQUEST ONLY - PLEASE CONTACT JOYCE OVERTON AT (860)271-2886 OR JOYCE.M.OVERTON@USCG.MIL FOR A COPY OF THIS FILE. Fabrication Specification for Towing Tank Models for USCG General General This specification is for the procurement of two ship models for use in the US Coast Guard Academy Towing Tank. A single bid is requested for the following two models: • USCG National Security Cutter (418' frigate-type hull with tumblehome above waterline) • USCG Fast Response Cutter (153' chined-hull patrol boat) Model (s) construction shall include: 1. Hull from the weather deck down. 2. Plexiglas or Lexan or similar bulwarks should be provided at the forward end of model to prevent spray or solid water from entering the "holds" in the top of the model where ballast or instrumentation will be placed. 3. Hull Markings 4. Padded cradle, capable of supporting ballasted model 5. Plywood shipping box Model Scale and Units Models shall be approximately 1.5 m (5.5 ft) in length. The exact scale shall be provided to Model Builder with the final geometry data. NSC dimensional units shall be given in feet (ft) or inches (in). Weight shall be given in pounds (lb). FRC dimensional units shall be given in meters (m) or millimeters (mm). Weight shall be given in kilograms (kg). Data to be Provided by USCG For NSC, electronic file showing plan, profile, and body plan lines and offsets for at least 20 stations (plus fractional stations), 9 waterlines, and 7 buttocks. For FRC, electronic file showing plan, profile, and body plan lines and offsets for at least 20 stations (plus fractional stations), 7 waterlines, and 7 buttocks. For both ships, electronic file containing hull surface in 3-D CAD/CAM format. Hull Construction The models hull shall be constructed of fiberglass material due to its water resistance and durability for student use. Coatings and Markings Model shall be sealed with epoxy resin inside and out. Model shall be painted with waterproof paint, sanded to 400 grit, with no subsequent coatings. NSC hull markings shall include continuous lines at stations and the design waterline, and tick marks at other waterlines at 1 ft (full scale) spacing. FRC hull markings shall include continuous lines at stations and the design waterline, and tick marks at other waterlines at 0.5 m (full scale) spacing. Hull line markings shall be flat black. Lines shall be placed such that waterline width is above waterline position and station line width is aft of station position. Attachments and Ballast Locations Model Builder shall provide one tow point pivot block support centered at longitudinal location as specified below: This support location and its associated "hold" shall be approximately 70% of local beam in transverse extent and 80% of local beam in fore-aft extent. The top of the support shall be located as low as is practical in the hull, but must be located below the local height of an imaginary extension to the propulsion shafting line. Model builder shall provide 2 ballast "holds" forward of the towing post hold and 2 ballast "holds" aft of the towing post holds. All ballast holds shall be approximately 70% of local beam in transverse extent and 80% of local beam in fore-aft extent. The bottom of the ballast holds shall be located as low as is practical in the hull. The Model builder shall provide a forward (approximately 15% LOA) and an aft (approximately 85% LOA) location at which height above model keel is measured and labeled. Model Tolerance and Weight Final model dimensions (outside dimensions) shall have a tolerance within 0.1% of desired length and 0.3% of desired beam. Final NSC model weight shall be less than or equal to about 12 lbs (approx 60% of barehull model displacement). Final FRC model weight shall be less than or equal to about 8 kg (approx 60% of barehull model displacement). The contract Period of Performance is from date of award through 1 April 2010. Delivery of Models: Dr. Susan Swithenbank (den) US Coast Guard Academy 31 Mohegan Avenue New London, CT 06320 F.O.B. DESTINATION The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 52.212-2 Evaluation - Commercial Items. (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability to Meet the Government Requirements Technical Understanding/Management Approach Past Experience Price Technical and Past Experience, when combined, are of equal importance and when combined are more important than price. (End of provision) INSTRUCTIONS FOR SUBMITTING TECHNICAL PROPOSALS - (NOT TO EXCEED 3 PAGES) Technical proposals will be evaluated in accordance with the factors described below. It is important that the proposal be directed to the specific factors and cover each appropriately in response to the RFQ requirement. You are cautioned to submit your proposal in the most favorable basis, since the Government intends to make an award on initial submission without further discussions or negotiations. Technical is significantly more important than price. While technical is more important than price, price increases in importance with technical comparability. TECHNICAL UNDERSTANDING/MANAGEMENT APPROACH (3 pages) a. Describe your approach to assure successful completion of this contract. Discuss technical issues/risks inherent in this type of task and explain how your team will minimize these risks. b. Describe how your company will maintain quality on this contract by detailing actions and processes used to ensure products and services you provide conform to the requirements. c. Describe the planned schedule for completion. Indicate time line; including delivery date, expected opportunities for delay and a plan for mitigating those possibilities. Past Experience The Contractor shall provide two project profiles of work performed within the past three years that clearly demonstrates the most relevance to the SOW in terms of SOW tasking, scope, roles, and responsibilities. Provide links to final reports produced for these projects. Basis for Award Award will be made to the offeror whose proposal is determined to best meet the needs of the Government after consideration of all factors -- i.e., provides "best value." "Best value," for the purpose of this RFQ is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis between technical and price factors. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. ADDITIONAL CLAUSES HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH EXPATRIATES (JUNE 2006) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) HSAR 3052.204-71 CONTRACTOR EMPLOYEE ACCESS FAR 52.249 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (SERVICES) (APR 1984) The date, time and place offers are due. QUOTES ARE DUE ON 12 FEBRUARY 2010 AT 2:00 PM (EASTERN TIME), PLEASE SUBMIT YOU QUOTE TO: JOYCE OVERTON, CONTRACTING OFFICER, USCG RESEARCH & DEVELOPMENT CENTER, 1 CHELSEA STREET, NEW LONDON, CT 06320-5506 Contact information regarding the solicitation - Joyce Overton at (860)271-2886 or joyce.m.overton@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCG32-10-P-E00088/listing.html)
- Record
- SN02057004-W 20100205/100203235438-7352eecb51530f82aeff1ce27a0d4b00 (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 |