SOLICITATION NOTICE
B -- Systems Engineering and Technical Assistance (SETA)
- Notice Date
- 4/4/2012
- Notice Type
- Presolicitation
- 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
- HSCG32-12-R-R00004
- Point of Contact
- Dinah L Mulligan, Phone: 860-271-2885, Brenda M Burke, Phone: 860-441-2872
- E-Mail Address
-
Dinah.L.Mulligan@uscg.mil, Brenda.M.Burke@uscg.mil
(Dinah.L.Mulligan@uscg.mil, Brenda.M.Burke@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Coast Guard (USCG) Research and Development Center (RDC) has a requirement for a follow-on Systems Engineering and Technical Assistance (SETA) advisory and assistance services contract in order to execute its projects under the CG Acquisition Directorate. The RDC is organizationally aligned under the Research, Development, Test and Evaluation (RDT&E) Program Office (CG-926) in the Acquisition Directorate (CG-9). RDC is a strategic USCG resource and the sole CG facility performing RDT&E in support of the major missions of Maritime Law Enforcement, Maritime Safety, Marine Environmental Protection and National Security. RDC supports CG acquisition and regulatory processes and strives to improve the efficiency and effectiveness of CG operations and resources. RDC is also the Coast Guard's principal systems analysis center supporting key acquisition decisions. RDC needs to augment the capacity, acquisition experience, and technological expertise in its role as advisor and consultant to CG-9 and their sponsors. This augmentation will result in a long-term partnership to provide support of major and non-major systems throughout the acquisition lifecycle. RDC support to acquisition teams typically involves complex analyses that require multidisciplinary technical integration of expertise in the following areas: requirements, alternatives, cost and operations analysis; systems engineering and planning; human systems integration; environmental impact and safety assessments; logistics; test and evaluation; scientific and technical studies; and acquisition strategy. When these activities support major and non-major acquisition efforts, the need for independence and clearly demonstrated absence of conflict of interest, real or perceived, becomes of highest importance. In addition to CG and Department of Homeland Security (DHS) decision makers, target audiences for final products and presentations include high-level Government and non-Government reviewers and organizations such as the Office of Management and Budget (OMB), Inspectors General (IG), the United States Congress, etc. Credentials of the staff involved in the creation of these products have to clearly demonstrate expertise with analysis tools and technology, and extensive experience with major and non-major system acquisition. This procurement is being solicited based on full and open competition. It is anticipated that the solicitation will result in a single award Indefinite-Delivery-Indefinite-Quantity contract with Cost-Plus-Fixed-Fee provisions. Task orders under the contract will be issued on a term or completion form basis. The resultant contract will have a five-year period of performance. It is anticipated that award will be made on initial offers. Offers will be evaluated on the basis of best value, and award will be made to the responsive/responsible Offeror who provides the greatest overall value to the Government based on the technical proposal, cost/business proposal, and other factors. Technical proposals will consist of Technical Understanding and Management Approach, Staffing, Corporate Experience and Past Performance. The NAICS code for this procurement is 541330; Small Business Size Standard is $14 M. All responsible offerors may submit an offer, which the Coast Guard will consider. To be eligible for award, offerors must be registered with the Central Contractor Registration at https://www.acquisition.gov. It is anticipated that the solicitation will be available at Federal Business Opportunities (FedBizOpps) at www.fbo.gov by 30 April 2012. Proposals will be due forty-five days after solicitation. To find notifications at FedBizOpps, offerors should select Department of Homeland Security, United States Coast Guard, Research and Development Center, New London, CT. Paper copies of the solicitation will not be issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCG32-12-R-R00004/listing.html)
- Place of Performance
- Address: United States
- Record
- SN02714308-W 20120406/120404235908-064aebcdacbf592e5904eff53c2c075d (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 |