SOLICITATION NOTICE
69 -- Oil Spill Simulation Software & Updates
- Notice Date
- 6/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), CG BASE National Capital Region, 2100 2ND ST SW STOP 7009, WASHINGTON, District of Columbia, 20593-7009, United States
- ZIP Code
- 20593-7009
- Solicitation Number
- HSCG23-15-R-P5E102
- Archive Date
- 7/14/2015
- Point of Contact
- Robert Mann-Thompson, Phone: 202-475-3252
- E-Mail Address
-
Robert.A.Mann-Thompson@uscg.mil
(Robert.A.Mann-Thompson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- RFP# HSCG23-15-R-P5E102 Description: Contract - Oil Spill Simulation Software and Updates This is a combined 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 synopsis and solicitation that will be issued. Offerors are requested to provide a quote from the synopsis/solicitation provided. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-81/04-10-2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The Request for Proposal number is HSCG23-15-R-P5E102. The NAICS code is 611519. This requirement is an UNRESTRICTED. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-80/1-29-2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The U.S. Coast Guard intends to establish a single award contract award for simulation software, training, and annual upgrades to be used by the USCG personnel learning from simulated training how to respond to oil spills. FAR 52.212-1 Instructions to Offerors - Commercial items (Apr 2014) and is supplemented as follows: Quote Submission Deadline: 09:00 ET on Monday, June 29, 2015 via the electronic submission option on Federal Business Opportunities website at www.fbo.gov. Quotes submitted through other means may not be considered. Please submit all questions on or before Wednesday, June 24, 2015 to Robert Mann-Thompson at Robert.A.Mann-Thompson@uscg.mil. At a minimum, offers must show the following in accordance with the evaluation section 52.212-2. 52.212-1 (b) Submission of Offers is tailored as follows and represented as (4), (6), and (10). 1. TECHNICAL SUBMISSION (a) A detailed outline of the required leadership training materials to evaluate compliance with the requirements in the solicitation, which shall include graphics of leadership model/ schema. The Offeror may include product literature, or other documents, if necessary. The offerors approach to updates and relevant leadership development information. 2. RELEVENT PAST PERFORMANCE (a) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b) Offerors shall demonstrate a detailed understanding of the Performance Work Statement, Offerors ability to provide required training within 30 days of award, representative samples of resumes of instructors for each course, and the resumes' of personnel designated. 3. PRICE (a) Price and any discount terms IAW CLIN pricing allocated on the pricing schedule below: Base Year CLIN 0001 Description: Oil Simulation Software Year 1 License Quantity: 1 Unit: YR Unit Price: ______________ Description: One Time Training Unit: EA Unit Price: ______________ Option Year 1 CLIN 1001 Description: Oil Simulation Software Year 2 License Quantity: 1 Unit: YR Unit Price: ______________ Annual Software Updates Unit: EA Unit Price: ______________ CLIN 2001 Description: Oil Simulation Software Year 3 License Quantity: 1 Unit: YR Unit Price: ______________ Annual Software Updates Unit: EA Unit Price: ______________ CLIN 3001 Description: Oil Simulation Software Year 3 License Quantity: 1 Unit: YR Unit Price: ______________ Annual Software Updates Unit: EA Unit Price: ______________ CLIN 4001 Description: Oil Simulation Software Year 4 License Quantity: 1 Unit: YR Unit Price: ______________ Annual Software Updates Unit: EA Unit Price: ______________ FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) is applicable to this procurement. (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: 1. Technical Capability: The government will evaluate the offerors technical capability to meet or exceed the government's requirements as detailed in the Performance Work Statement including the academic basis of the proposed learning model/schema, and the proposed methodology to be employed to ensure learning materials are updated and reflect best practices in leadership based on academic research. 2. Relevant Past Performance: The government will evaluate relevant past performance by surveying PPIRS, reviewing past performance references, and other measures. Relevant Past Performance is previous or current performance of a similar size and scope, where performance was within three years prior to offer submission. If an offeror is without a record of relevant past performance, or for whom information on past performance is not available, then the offeror will not be evaluated favorably or unfavorably on past performance. 3. Price: Total Overall Price summation of all CLINS through base and all option periods. Technical Capability and Relevant Past Performance, when combined, are significantly more important, when compared to price. Technical Capability is significantly more important, when compared to Relevant Past Performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)), (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note),(10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161), (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)),(24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)),(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755),(28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246),(29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212),(30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793),(31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212),(32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496),(40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513),(50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of Clause) FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/. (End of clause) 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) HSAR 3052.212-70: CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL ITEMS (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. _X_3052.209-72 Organizational Conflicts of Interest. (b) Clauses. _X_3052.242-72 Contracting Officer's Technical Representative. See section directly below for (End of clause) (HSAR) 48 CFR 3042.7000 Contracting Officer's Technical Representative (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman; Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman; prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-91) Ombudsman Program for Agency Protests Email: OPAP@uscg.mil Fax: 202-372-8447 Phone: 202-475-5786 More information about the Ombudsman Program for Agency Protests (OPAP) can be found at http://www.uscg.mil/acquisition/business/ombudsman.asp Alternative Point of Contact: Robert A. Mann-Thompson Contracting Officer Robert.A.Mann-Thompson@uscg.mil Phone: 202-475-3252 Oil Spill Simulation Software Requirements & Specifications The Preparedness for Response Exercise Program (PREP) is the framework utilized by government and industry for validating oil spill contingency plans. The PREP program meets the minimum Oil Pollution Act of 1990 exercise requirements for government agencies. The routine testing of plans ensures preparedness to respond. Under PREP, Area oil spill contingency plans are regularly tested through Area Exercises. The USCG Exercise Support Division (FC-ES) provides professional support and expertise to CG Units and Area Committees in the design, development, conduct and after-action reporting for these congressionally mandated Area oil spill exercises under the PREP program. In order to support the successful execution of a PREP Area oil spill exercise, oil spill simulation software is needed. This software is used to establish crucial exercise "ground truth", which provides the exercise players with the footprint of the simulated oil location and establishes the effectiveness of response resources. The following is a list of requirements for the needed oil spill simulation modeling software: IT Requirements Ability to run on 64 bit Windows 7 operating system or newer: Procured stand alone laptops run on Windows 7 Operating system. Software Requirements • Intuitive/user friendly: Must be easy to learn and operate, i.e., utilizing typical MS drop down menus, along with integrated help option. • Ability to quickly create oil spill scenarios and quickly rerun as necessary to fine tune scenario: User must be able to create and rerun the model scenarios quickly. An oil spill model scenario must be able to be created in under an hour, from start to finish. The model scenario must be able to be to be rerun, or fast forwarded to any point in the scenario instantly. • Ability to import meta-ocean data (real time tides and currents, temperature, etc): Access to tides, currents, and water temperature and wave height is needed in order to establish exercise truth. Having access to real time data adds to exercise realism and enhances exercise truth. • Ability to import real-time weather (wind, temperature, humidity, dew point, etc.) Access to real-time weather data is needed in order to establish exercise truth. Having access to real time weather data also adds to exercise realism and enhances exercise truth. • Ability to link to NOAA Raster Charts: Often times NOAA charts are used as the platform for display for exercise oil spill models. Access to up to date NOAA charts is needed to provide the most realistic display. • Ability to export modeling output as a SHP file: SHP is a file extension for a shape format used in geographical information systems (GIS) software. SHP is short for "shape." Having the ability to export model output as a SHP file allows for interoperability between computer systems and is very useful during model development and exercise execution. • Ability to run on standalone laptops, independent to the USCG Network (CGDN): This type of modeling software cannot be run on the CGDN. • Provide online support on demand: Access to online support is crucial during the execution of exercises in order to troubleshoot and fix emergent issues. • Ability to access software down loads and updates on demand: Must have access to download software updates as they become available. • GIS based and ARC GIS compatible: Geographic Information System or GIS is a computer system that allows you to map, model, query, and analyze large quantities of data within a single database according to their location. GIS based software gives the user multiple display options for the exercise model, based on the needs of the supported unit. • Have the ability to run the oil spill scenario backwards: Often times the supported unit requires that a specific geographic area be impacted during a simulated oil spill exercise. Having the ability to run a model in reverse (starting at the impacted area) and run it backwards ensures that the required geographic area is impacted as desired. Simulated Oil Properties Requirements • Have built in oil database with a wide variety of refined and crude oil products: There are thousands of both crude oil and refined oil products shipped throughout the transportations system. Each of these specific crude oils and oil products has specific properties that affect how the oil performs during an oil spill. These properties include specific gravity, viscosity, pour point, flash point, vapor pressure. Having this information is important for establishing the exercise truth and also adds to realism. • Ability to calculate the fate of the oil (emulsification, evaporation, entrainment, spreading, shoreline particulate interaction): The fate of spilled oil is affected over time due to many factors. Evaporation occurs as the liquid oil transfers to a gaseous state. Emulsification is formed when oil begins to combine with water. Entrainment and shoreline interaction occur as the oil contacts deployed oil spill boom or makes contact with shoreline. Spreading occurs as the oil travels over the water surface due to the surface tension. Having the ability to calculate these properties of spilled oil over time within the model adds to the realism of the exercise. • Ability to calculate atmospheric concentrations in order to establish ground truth for air monitoring: During an oil spill air monitoring is required to ensure worker safety and determine the appropriate level of personal protective equipment (PPE) for the response personnel. Having the ability to quickly calculate atmospheric concentrations during an exercise allows exercise control personnel to provide the players with this atmospheric information as ground truth. Simulated Oil Spill Model Output Properties • Ability to create an instantaneous or continuous discharge of oil: During an oil spill exercise, an instantaneous release would represent a rapid catastrophic spill over a very short period of time. A continuous release of oil would represent a discharge of oil at a steady or varied rate over time. More often than not, spills occur as a continuous release; therefore, modeling software must have this capability in order to show a realistic oil spill model scenario. • Ability to create multiple release points and variable release rates: Often times, oil spill scenarios involve the collision of vessels, which creates more than one source for an oil spill. The modeling software must have this capability as well. • Ability to create user provided polygon shape release: This option allows software user to create the initial polygon shape of the oil spill to best suit the needs of the supported unit. This option allows for a custom made polygon oil footprint and is very useful. • Oil spill model output must have the ability to interact with user provided wind, current, tides, wave action: As noted above under the Software Requirements, having access to real time environmental data adds to exercise realism and enhances exercise truth. • Output map display must have the ability to calculate oil thickness, both on water and on shore and have the ability to calculate subsurface concentrations: This information is also needed in order to establish ground truth. • Output map must be GIS based with the ability to incorporate appropriate GIS data as needed: As noted above under the Software Requirements, GIS based software gives the user multiple display options. • Must be interactive with simulated deployed resources and simulated counter-measures (oil boom, oil removal equipment, dispersant application): Establishing how the simulated spilled oil interacts with deployed resources and counter-measures provides critical feedback to exercise players in order to validate their response strategies. • Training: 3-5 day training at a USCG facility to cover the scientific background and operational use of the software for spill response. Not to exceed 10 federal employees (includes travel and expenses).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/853470ca05c8dcf0a6ac770d057274fb)
- Place of Performance
- Address: Training Facility will be located on Coast Guard facility coordinated by FORCECOM-ES, Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN03770835-W 20150621/150619235313-853470ca05c8dcf0a6ac770d057274fb (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 |