SOLICITATION NOTICE
69 -- Ship Bridge Simulator Exercise Database
- Notice Date
- 9/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- 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
- HSCG23-14-Q-QTDA76
- Point of Contact
- Robert A. 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
- This acquisition is being issued in accordance with FAR Subpart 13. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote number is HSCG23-14-Q-QTDA76. The North American Industry Classification System (NAICS) Code for this requirement is 611699 with a size standard of $11.0 Million. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-76 effective July 25, 2014. 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 Purchase Order for the supplies and services detailed in the Performance Work Statement (PWS) to Kongsberg Maritime Simulation, Inc. Market research indicates Kongsberg Maritime Simulation Inc. is the only authorized provider of services, including maintenance and support related to Polaris software updates and models, and parts for the Polaris Full Mission Bridge Simulator. Although it is the Government's intent to award a purchase order on an other than full competition bases, all interested potential offerors may submit a quote. FAR 52.212-1 Instructions to Offerors - Commercial items (April 2014) and is supplemented as follows: Offerors shall submit an electronic version of their quote via up loading to FBO NLT 15 SEPT, 2014 at 2:00 PM ET The proposal shall be submitted in three volumes: Volume 1: Technical Approach Offerors shall submit a narrative demonstrating their ability to perform services and provide supply IAW the Performance Work Statement. Volume 2: Relevant Past Performance The offeror shall provide past performance information for services directly related and relevant to the services to be performed under the PWS. To be considered relevant, the services must have been performed within the past three years. Offerors shall submit at least 3 relevant past performance references for contracts with the private industry or government instrumentalities (federal, state, or local). References shall include: 1. Name & contact information of the point of contract (PM/COR/COTR) 2. Name of Organization 3. A brief description of service 4. Contract Number 5. Status (Prime or Sub) 6. Contract Value 7. Contract Type 8. Period of Performance System for Award Management (SAM) - Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Offerors shall submit price proposals IAW the CLIN structure below. Any material handling, G&A, or other related charges are to be included in the FFP.   CLIN 00001 Description: Polaris Ship Bridge Simulator Exercise Area Database Location: Port of Cartagena, Columbia Quantity: 1 Unit: Each Total: ____________ CLIN 00002 Description: Polaris Ship Bridge Simulator Exercise Area Database Location: Port of Guantanamo Bay, Cuba Quantity: 1 Unit: Each Total: ____________ CLIN 00003 Description: Polaris Ship Bridge Simulator Exercise Area Database Location: Port of Kingston, Jamaica Quantity: 1 Unit: Each Total: ____________ CLIN 00004 Polaris Ship Bridge Simulator and Development Tool Quantity: 1 Unit: Each Total: ____________ The length of the total quote inclusive of all volumes shall be no greater than 20 pages. A cover sheet, table of contents, and certification of clauses will not count against the total number of pages. Proposal Submission Deadline: 1400 ET on September 15, 2014 via the document submission option provided by FedBizOpps. Proposals submitted via other methods may not be considered. Question Submission Deadline: 1200 ET on September 11, 2014 via email to Robert.A.Mann-Thompson@uscg.mil FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. This is a best value acquisition using the trade-off approach. The USCG intends to award a Purchase Order resulting from this solicitation to the responsible offeror whose offer is most advantageous to the Government. Selection and award of the Purchase Order will be based in descending order of importance: 1) Technical Approach and Capability, 2) Relevant Past Performance, and 3) Price. Technical Approach and Capability is considered to be more important than Past Performance; however when combined they are significantly more important than price. As the Technical and Management Approach and Relevant Past Performance ratings converge, price may become more important The USCG will evaluate offers using the following evaluation criteria: Factor 1:Technical Approach The Government will evaluate each offeror's technical approach to determine their capability to meet, or exceed, the requirements outlined in the PWS this will include the evaluation of the understanding of the Performance Work Statement.   Factor 2: Relevant Past Performance: The Government will evaluate relevant past performance IAW FAR 15.305 (a)(2). The USCG reserves the right to utilize past performance information other than the information submitted with the quotes received in conducting the evaluation. An offeror without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. Factor 3: Price Offerors shall submit price proposals IAW the CLIN structure. Any material handling, G&A, or other related costs are to be included in the FFP per class. 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) is applicable to this acquisition. 52.212-4 Contract Terms and Conditions - Commercial Items (May 2014) is applicable to this acquisition. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2014) (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: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). _X__Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)"(Public Laws 108-77 and 108-78 (19U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (Pub. L. 109- 282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (PUB. L. 111-117, section 743 OF DIV. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (PUB. L. 111-117, section 743 OF DIV. C). __ (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). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). __ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 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). __ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). __ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). __ (ii) Alternate I (NOV 2011). __ (iii) Alternate II (NOV 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). __ (ii) Alternate I (OCT 1995) of 52.219-7. __ (iii) Alternate II (MAR 2004) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (JUL 2013) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (OCT 2001) of 52.219-9. __ (iii) Alternate II (OCT 2001) of 52.219-9. __ (iv) Alternate III (JUL 2010) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011)(15 U.S.C. 644(r)). __ (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (JUNE 2003) of 52.219-23. __ (22) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (JUL 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (23) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657 f). __ (25) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). __ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (JUL 2013) (15 U.S.C. 637(m)). __ (27) 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)). _X_ (28) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X_ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). _X_ (30) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X_ (31) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _X_ (32) 52.222-35, Equal Opportunity for Veterans (JUL 2014)(38 U.S.C. 4212). _X_ (33) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). __ (34) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). __ (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). __ (36) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38)(i)52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O. 13423 and 13514). __ (ii) Alternate I (JUN 2014) of 52.223-13. _X_ (39)(i)52.223-14, Acquisition of EPEAT®-Registered Televisions (E.O. 13423 and 13514). __ (ii) Alternate I (JUN 2014) of 52.223-14. _X_ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). _X_ (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (JUN 2014) (E.O.13423 and 13514). __ (ii) Alternate I (JUN 2014) of 52.223-16. _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (43) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). __ (44)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I (MAY 2014) of 52.225-3. __ (iii) Alternate II (MAY 2014) of 52.225-3. __ (iv) Alternate III (MAY 2014) of 52.225-3. __ (45) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (46) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (47) 52.225-26, Contractors Performing Private Security Functions Outside the United States (JUL 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (48) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C. 5150). __ (49) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). __ (50) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (51) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). __ (53) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). __ (54) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). __ (55) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). __ (56)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). __ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). __ (7) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O.13495). __ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). __ (9) 52.237-11, Accepting and Dispensing of $1 Coin (SEPT 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212) (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O.13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (x) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (JUL 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (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: http://farsite.hill.af.mil/vffar1.htm 52.203-5 Covenant Against Contingent Fees (April 1984); 52.203-7 Anti-Kickback Procedures(October 2010); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment(Dec 2010); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984); and 52.252-6 Authorized Deviations in Clauses (Apr 1984); HSAR 3052.247-72 - F.O.B. destination only. (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. 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 applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard 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 reasons of unusual and compelling urgency 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(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program shall be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. The Ombudsman Hotline telephone number is 202.372.3695.   Performance Work Statement Dated: 09/10/2014 1.0 GENERAL 1.1 PURPOSE 1.1.1 This is a request for the procurement of a Polaris Ship Bridge Simulator Exercise Area Databases for the port of Cartagena, Columbia, the port of Guantanamo Bay, Cuba and the port of Jamaica. These databases are created by Kongsberg Maritime Simulation, Inc. Additionally, this request is for the procurement of a Polaris Ship Bridge Simulator and Development Tool also made by Kongsberg Maritime Simulation, Inc. 1.1.2 Descriptions: 1.1.2.1 Polaris Ship Bridge Simulator Exercise Area Databases: The Polaris Ship Bridge Simulator Software currently installed at TRACEN Petaluma's C4ISR WMSL training facility utilizes a set of exercise databases that contain data necessary to create simulated harbors and ports. The simulation of harbors and ports enable cutter crews to practice navigation skills in different harbor and port areas which they may visit during real operations. Each exercise database contains information to simulate radar, sea depth, buoy locations, chart information and visual files of specific geographical locations. This procurement requests the development and purchase of three Polaris Ship Bridge Simulator Exercise Area Databases for the following ports: Port of Cartagena, Columbia, port of Guantanamo Bay Cuba and port of Jamaica. Currently the Ports of Cartagena, Columbia and Guantanamo Bay, Cuba are not developed for the Polaris system and will need to be custom made. 1.1.2.2 Polaris Ship Bridge Simulator and Development Tool: The Polaris development tool is a standalone workstation suite consisting of one instructor station/server and three image generator workstations that utilize the Polaris Bridge Simulator Software and all Polaris associated programs. This procurement is requesting the following: purchase of all hardware and software licenses needed for the Polaris development tool, installation all software in the respective workstations and servers, and then delivery of the completed suite to TRACEN Petaluma (installation of the all workstations, monitors and cabling will be conducted by TRACEN Petaluma staff). This suite will enable the C4ISR facilitators to develop custom exercise modules for training in the C4ISR WMSL Bridge Visual Simulator at USCG Training Center Petaluma. This system needs to mirror the configuration of hardware and software of the WMSL Bridge Visual Simulator system that is currently in use and is specified in section 3.0 of this document. 1.2 BACKGROUND Polaris Ship Bridge Simulator software is a proprietary system developed by Kongsberg Maritime Simulation, Inc. is the core of the 4.9-million dollar WMSL Bridge Visual Simulator located at USCG Training Center Petaluma. Polaris Ship Bridge Simulator software provides the visualization of vessels, targets, navigational aids and geographical exercise areas used during WMSL Bridge simulation training. This software has been specially configured to also provide the data to all the installed WMSL Bridge Console instrumentation that are used by the operators during training. The Polaris Ship Bridge Simulation and Development Tool is a completely stand-alone system that is designed to enhance the quality of simulation training by providing complete, intuitive and user-friendly control of student exercises. The C4ISR WMSL training facility at TRACEN Petaluma already has one of these suites installed. The suite enables the instructor to develop custom exercise modules for cutter training. The time and resources required to develop, modify, and test underway scenarios are essential due to the current demand from the WMSL crews and scheduled classes. Currently, simulator trainers are unable to develop, modify, and test underway scenarios while the simulator is in use for scheduled team training. Purchasing an additional Kongsberg Polaris Exercise Development Tool workstation suite will enable the capability to create, modify, and test new training scenarios while the simulator is in use by "C" school students and or by WMSL Bridge teams. The Polaris system installed at TRACEN Petaluma provided by Kongsberg Maritime Simulation, Inc. has 28 Polaris Ship Bridge Simulator Area Exercise Databases. However, these databases are limited to the vicinity and ports located in the Pacific Area; with only a few port databases for exercise areas and ports in the Atlantic area. To support the new Coast Guard cutters that will be home-ported in Charleston South Carolina, new exercise areas and ports located in the Atlantic Area, are required. 1.3 SECURITY 1.3.1 No on-site services required 1.3.2 Due to the vendor only needing to deliver the required items, the vendor neither needs to travel on-site nor perform the installation of the required items listed above. 1.3.3 The Polaris Exercise Development Tool (same as the WMSL Bridge Simulator System) is a complete stand-alone system that will not connected to any DHS or CG Standard Network. 2.0 REQUIREMENTS Request vendor provide the Kongsberg Maritime Polaris Ship Bridge Simulator Exercise Area Databases for the port of Cartagena, Columbia, the port of Guantanamo Bay, Cuba, the port of Jamaica and provide a Polaris Ship Bridge Simulator & Development Tool to include all specifications listed in 3.2 and 3.3. The installation of the Exercise Databases and setup of the Polaris Exercise Development Tool will be done by USCG Technicians stationed at the C4ISR WMSL Training Facility. The vendor only needs to provide the items pre-built and configured as specified below. Kongsberg Maritime Polaris Ship Bridge Simulator Exercise Area Databases. These are Area Database files that are part of the Polaris Ship Bridge Simulator software. 2.1 Exercise Area Database of the Port of Cartagena, Columbia custom made for WMSL Polaris Simulator. The database must include: 2.1.1 Polaris Kongsberg Software.flt file 2.1.2 Polaris Kongsberg Software Instructor file 2.1.3 Polaris Kongsberg Software Radar file 2.1.4 Polaris Kongsberg Software Buoys and Navigational Aids - All in accordance with most recent chart data 2.1.5 Polaris Kongsberg Software Depth file - in accordance with most recent chart data Polaris 2.1.6 Kongsberg Software Objects file - to include prominent landmarks (ie. flag poles, towers, buildings), day-boards and ranges 2.1.7 Polaris Kongsberg Software Terrain file Must be compatible with Polaris software V7.1 or higher 2.2 Exercise Area Database of the Port of Guantanamo Bay, Cuba custom made for WMSL Polaris Simulator. The database must include: 2.2.1 Polaris Kongsberg Software.flt file 2.2.2 Polaris Kongsberg Software Instructor file 2.2.3 Polaris Kongsberg Software Radar file 2.2.4 Polaris Kongsberg Software Buoys and Navigational Aids - All in accordance with most recent chart data 2.2.5 Polaris Kongsberg Software Depth file - in accordance with most recent chart data 2.2.6 Polaris Kongsberg Software Objects file - to include prominent landmarks (ie. flag poles, towers, buildings), day-boards and ranges 2.2.7 Polaris Kongsberg Software Terrain file 2.2.8 Must be compatible with Polaris software V7.1 or higher 2.3 Exercise Area Database of Jamaica. (Pre-made by Kongsberg) The database must in include: 2.3.1 Polaris Kongsberg Software.flt file 2.3.2 Polaris Kongsberg Software Instructor file 2.3.3 Polaris Kongsberg Software Radar file 2.3.4 Polaris Kongsberg Software Buoys and Navigational Aids - All in accordance with most recent chart data 2.3.5 Polaris Kongsberg Software Depth file - in accordance with most recent chart data 2.3.6 Polaris Kongsberg Software Objects file - to include prominent landmarks (ie. flag poles, towers, buildings), day-boards and ranges 2.3.7 Polaris Kongsberg Software Terrain file 2.3.8 Must be compatible with Polaris software V7.1 or higher 2.4 Polaris Exercise Development Tool The Polaris Exercise development tool is a computer suite that consists of 1 server/instructor workstation and 3 image generator workstations that are specifically configured to run the Polaris Ship Bridge Simulator v7.1 or higher and SeaView R5. Instructor Workstation/Server (Qty: 1 EA) Operating System: Server License for Windows 2008 fileserver installed tested and quality assured. Software: Polaris V7.1 or higher System License installed, tested and quality assured. Have Emulated SPS-73 functions and capabilities compatible with Polaris v7.1 or higher Conning application programs compatible with Polaris v7.1 or higher Polaris Panorama Software instrument applications compatible with Polaris v7.1 or higher Tested and Quality assured to include: Steering/Autopilot System, Log, Echo Sounder, Dual Throttle with MTU controls, and Visual View Controls Polaris Exercise Area Databases, Models, and Targets compatible with Polaris v7.1 or higher to include: Five Polaris exercise area databases Polaris Hydrodynamic ship models for the USCG WMEC270, WMEC210, WHEC378, WLB225 and WMSL-418. (Qty: 20) Standard Polaris Target Models& ships. Visualization System: Image Generators Workstations (Qty: 3 EA) Workstations must be fully tested and quality assured for compatibility with the Polaris Bridge Simulator Software and applications to include, SeaView R5 Visual System software and Licenses for each workstation (Qty: 3 EA) Windows 7 OS License for each PC compatible with SeaView R5 Visual System software 3-Monitor display stands for office desk 24 inch LCD Monitor displays and associated cabling (Qty: 05) Standard Keyboard/mouse 4-8 port Network Switch (Qty: 1 EA) 3.0 DELIVERABLES 3.1 Delivery of the following Kongsberg Polaris Exercise Area Databases: 3.1.1 Quality assured version of the Port of Cartagena, Columbia 3.1.2 Quality assured version of the Port of Guantanamo Bay, Cuba 3.1.3 Quality assured version of Jamaica 3.2 Delivery of all associated documentation and back up CD's for Area Database Software. 3.3 Delivery of the quality assured Polaris Exercise Development Tool with all software loaded and tested as specified in Section 2.4. 3.4 All Items are to be delivered to the following address: USCG TRACEN Petaluma C4ISR Training Division 599 Tomales Road Petaluma, CA 94952 4.0 PERIOD OF PERFORMANCE The Period of Performance is 6 months from the date of the award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-Q-QTDA76/listing.html)
- Place of Performance
- Address: 599 Tomales Road, Petaluma, California, 94952, United States
- Zip Code: 94952
- Zip Code: 94952
- Record
- SN03504998-W 20140912/140910235808-693bb4fa639e2da24f5e6ca30fac5cc7 (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 |