Mobile Harbor CADET

expired opportunity(Expired)
From: Federal Government(Federal)
W912HQ20Q0006

Basic Details

started - 26 May, 2020 (about 3 years ago)

Start Date

26 May, 2020 (about 3 years ago)
due - 02 Jun, 2020 (about 3 years ago)

Due Date

02 Jun, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W912HQ20Q0006

Identifier

W912HQ20Q0006
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710166)DEPT OF THE ARMY (133270)USACE (38182)OTHER_DIVISION (3569)US ARMY HUMPHREYS ENGINEER CTR SPT (786)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Proposal. The Government requests a proposal for the Numerical Modeling & Evaluation of Deep-Draft Vessel Vertical Motion for Verification of Channel Design Improvements for Mobile Harbor, Alabama. Description of Supplies/Services: The Mobile District is requesting assistance to apply the CADET (Channel Analysis and Design Evaluation Tool) vessel vertical motion model for studies of Mobile Harbor (Alabama), which are already in-process. The CADET is a numerical model developed for estimation and evaluation of vertical motion and margins for underkeel clearance of deep-draft displacement hulls when operating in the offshore or approach channel environment.  Its practical deployment within United States Army Corps of Engineers (USACE) is relatively new with the first instructional workshops being administered only over the past few years.  The software was developed with the assistance of the U.S. Naval Surface Warfare Center (Carderock Division or NAVSEA-Carderock) and
contains algorithms and logic considered proprietary and as a consequence, it currently cannot be released to the public or private sector.  It is also now the preferred and designated software for evaluation of vertical vessel motion by the USACE hydraulic engineering community of practice (COP).Due to the relatively recent release of CADET within USACE via the workshops, there presently are not many District personnel who have had the opportunity to independently use or employ it and become ideally proficient in its use as such efforts often must wait until a project evaluation is needed, application is advantageous, and related work efforts are authorized, scheduled and funded.  Currently, assistance has been requested by technical staff of the Mobile District to employ the CADET for evaluations of Mobile Harbor (Alabama).  Studies for the Mobile Harbor are already in progress, on critical schedules, and would incur a benefit from application of CADET.  The Related needs for this requirement primarily stem from the interim review of a tentative plan formulation and in-process technical review, which uncovered that the influence of wave action in the offshore channel environment should be more thoroughly and carefully evaluated.  This determination is based on efforts to ensure that sufficient margins for underkeel clearance are incorporated into channel design in order to allow for acceptable levels of safety and minimize the probability for incurrence of vessel or hull grounding.Contractor Qualifications: To be considered for award, the prospective contractor shall possess knowledge of the proprietary information associated with the CADET software and the technical capability to perform the requirement.Period of Performance: The base period will be four months and two weeks. The option period, if exercised, will be two weeks. The total period of performance with the option period is five months.Award Procedures: The Government intends to award this requirement sole source to Briggs Group LLC. (CAGE Code: 7TY91). Please see the attached sole source justification for the rationale for awarding this requirement sole source. However, all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Contract Line Item Numbers (CLIN): CLIN 0001 Labor – Base yearFirm Fixed PriceThis CLIN, 0001, is only for labor performed in the base period to complete tasks one through five of the Performance Work Statement. All labor performed under this CLIN must be in accordance with the Performance Work Statement and terms and conditions of the contract.CLIN 0002Labor – Option PeriodFirm Fixed PriceThis CLIN, 0002, is only for labor performed in the option period to complete task six of the Performance Work Statement. All labor performed under this CLIN must be in accordance with the Performance Work Statement and terms and conditions of the contract.CLIN 0003Travel – Option PeriodFirm Fixed PriceThis CLIN, 0003, is only for travel associated with the completion of task six of the Performance Work Statement. All Travel costs will be reimbursed in accordance with FAR 31.205-46. Travel costs, if applicable, shall be at rates not to exceed the maximum locality per diem rates (the combination of lodging, meals and incidentals) in effect at the time of travel, as set forth in the Federal Travel Regulations, Joint Travel Regulation and Standard Regulations, Section 925, as applicable. All air travel must be booked on American-flagged carriers, unless otherwise directed by the Contracting Officer. The Contracting Officer's Representative (COR) or Contracting Officer (KO) shall approve travel. All invoices for travel shall be accompanied by supporting documentation.Instructions to Offer:1. The offeror shall submit a Price Proposal based on the CLINs listed in this solicitation (CLINs 0001, 0002, and 0003). All CLINs must be priced in order to be considered for award. The price quoted for Labor (CLINs 0001 and 0002) shall reflect fully burdened prices inclusive of all G&A costs, overhead, fringe benefits, FCCM, etc.2. The offeror shall submit a Technical Proposal separate from the Price Proposal describing their intended approach/plan to complete the work outlined in the performance work statement. As a minimum, the offeror shall address the expected Level-of-effort (LOE) in terms of Labor Hours and describe the qualifications of the proposed personnel by labor category. The Offeror should describe their past performance in fulfilling requirements of this type, to include contract numbers of any relevant Government contracts completed or in progress.3. The Price quoted for Travel (CLIN 0003) will be an estimate. If during contract execution the travel requirements exceed the estimated amount, the Government and the Contractor will enter into negotiations and execute a bi-lateral contract modification prior to the Contractor incurring any additional travel costs. In accordance with FAR 31.205-46, travel costs, if applicable, shall be reimbursed at rates not to exceed the maximum locality per diem rates (the combination of lodging, meals and incidentals) in effect at the time of travel, as set forth in the Federal Travel Regulations, Joint Travel Regulation and Standard Regulations, Section 925, as applicable. All air travel must be booked on American-flagged carriers, unless otherwise directed by the Contracting Officer. The appropriate Government Official, Quality Assurance Personnel or Contracting Officer shall approve travel. All invoices for travel shall be accompanied by supporting receipts.4. In the event the Government cannot determine the Prices quoted to be fair and reasonable, additional data, other than certified cost and price data, may be requested from the Offeror.Contracting Office Address:US Army Humphreys Engineer Center Support Activity (HECSA)CECT-HC7701 Telegraph RoadAlexandria, VA 22315-3860Point of Contract:Derek MazzaContract SpecialistDerek.A.Mazza@usace.army.mil

AL   USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 541690Other Scientific and Technical Consulting Services
pscCode R499Other Professional Services