SOLICITATION NOTICE
70 -- General HydroStatics (GHS) Software License
- Notice Date
- 8/14/2017
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- HSCG23-17-P-MSE121
- Archive Date
- 9/13/2017
- Point of Contact
- Christopher A. Wellons, Phone: 2024753237, Nakenia Spruill, Phone: 2024753512
- E-Mail Address
-
christopher.a.wellons@uscg.mil, Nakenia.S.Spruill@uscg.mil
(christopher.a.wellons@uscg.mil, Nakenia.S.Spruill@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Homeland Security (DHS) United States Coast Guard (USCG), intends to issue a sole source, Firm-Fixed Price (FFP) Purchase Order (PO) under the authority of FAR 13.106-1(b)(1)(i). The Government intends to award to Creative Systems, Inc. located at PO Box 1910 Port Townsend, WA 98368 for the purpose of obtaining a software license for General HydroStatics (GHS) by Creative Systems, Inc. for vessel and floating platform stability analysis. CG-ENG-2 is the Naval Architecture Division, which is responsible for all stability and structures regulations for commercial vessels and floating platforms. CG-ENG-2 requires GHS software to address flotation, trim, stability, and strength by calculating the forces involved using mathematical/geometrical models of vessels/floating platforms. USCG intends to award this requirement as a sole source to Creative Systems, Inc. as this software originated by Creative Systems, Inc. is widely used by the naval architecture community, and is at large by the architecture industry, recognized as the most productive tool that provides to all ships of any size, type and any floating structure. Awarding to another source would cause unacceptable delays in fulfilling the agency's requirements and substantial duplication of cost to the Government that is not expected to be recovered through competition. This notice of intent is not a request for competitive proposals. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. The anticipated date of award is 01 September 2017. The period performance is a one (1) base year and four (4) one-year option periods. A determination by the Government not to compete this requirement, based on responses to this notice, is solely within the discretion of the Government. Information received will be considered solely for determining whether to conduct a competitive procurement. The point(s) of contact for this purchase are listed below:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-17-P-MSE121/listing.html)
- Place of Performance
- Address: Naval Architecture Division, Office of Design & Engineering Standards, U.S. Coast Guard (COMDT), 2703 Martin Luther King Jr. Ave., Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN04627842-W 20170816/170814232129-8713549cff533dfd19a057945be07e67 (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 |