Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2017 FBO #5745
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
 
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.