Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,2000 PSA#2529

Department of Transportation, United States Coast Guard (USCG), Contracting Office (fp), c/o USCG Research and Development Center, 1082 Shennecossett Rd, Groton, CT, 06340-6096

A -- A -- RESEARCH & DEVELOPMENT TECHNICAL SUPPORT SERVICES SOL DTCG39-00-R-R00008 DUE 041500 POC Dinah Mulligan, Contracting Officer, Phone 860-441-2885, Fax 860-441-2888, Email dmulligan@rdc.uscg.mil -- Gomes David, Contracting Officer, Phone 860-441-2875, Fax 860-441-2888, Email dgomes@rdc.uscg.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG39-00-R-R 00008&LocID=101. E-MAIL: Dinah Mulligan, dmulligan@rdc.uscg.mil. The U.S. Coast Guard (USCG) Research and Development Center (R&DC) intends to award multiple contracts under Indefinite Delivery/Indefinite Quantity type contracts to support the missions of the Coast Guard through research, development, and evaluation which seeks solutions to performance gaps based on scientific and technologic advances. This research focuses on the goals of the Coast Guard: Safety at Sea, Protection of Natural Resources, Maritime Mobility, and National Defense. The prospective contracts will have a two year base period with three one year options. The Coast Guard will issue the proposed acquisition using full and open competitive procedures for Line Item 0001 which is estimated at $43,800,000. Line Items 0002, 0004 and 0005 will be set aside 100% for Small Business and will be awarded competitively. Line Item 0002, Decision Support/Modeling/Simulation Systems is estimated at $2,000,000; Line Item 0004, Audio Visual, is estimated at $500,000; and Line Item 0005, Business Planning,is estimated at $2,000,000. Line Item 0003, Training Systems, will be a sole source 8a set-aside and is estimated at $1,000,000. Offerors_ proposals will be evaluated on the basis of best value. The evaluation may result in multiple awards under Line Items 0001, 0002, 0004, and 0005 if the Coast Guard determines that it is economically advantageous. Awards will be based on initial offers and will be made to one or more responsive and responsible offerors whose offers provide the greatest overall value to the Government based on the technical proposal, cost/business proposal, and other factors. Technical proposals will consist of Past Performance, Staffing, Technical Understanding and Management Approach. Oral Presentations will be required. All responsible sources may submit an offer, which the Coast Guard will consider. The Standard Industrial Codes (SICs) and size standards are as follows: Line Item 0001 is 8711 -- $20 Million; Line Item 0002 is 7371 -- $18.0 Million; Line Item 0003 is 8711 -- $4 Million; Line Item 0004 is 7812 -- $21.5 Million; and Line Item 0005 is 8741 -- $5 Million. The Coast Guard intends to award Indefinite Delivery/Indefinite Quantity type contracts with Cost Plus Fixed Fee and Firm Fixed Price provisions. Task orders may be issued on a cost type basis or on a firm fixed price basis. The functional areas covered under Line Item 0001 are as follows: Aquatic Nuisance Species; Ship Systems Energy Efficiency; Risk; Waterways Management/Navigation/Aids to Navigation (WWM/Nav/AtoN); Marine Environmental Protection; Naval Architecture and Marine Engineering (NA&ME); Training Systems; Marine Fire Safety Research Services; Decision Support/Modeling/Simulation Systems; Sensor; Law Enforcement Technologies; Advanced Communications Technology; Human Factors; Search and Rescue; Business Planning; and Audio/Visual Products. Incumbents for the previous contracts are: Hughes Associates, Inc., 3610 Commerce Drive, Suite 817, Baltimore, MD 21227; ABS Group Inc, Technology Drive, 1000 Technology Park Center, Knoxville, TN 37932; Battelle Columbus Operations, 505 King Avenue, Columbus, OH 43201; John J. McMullen Associates, Inc., 4300 King Street, Suite 400, Alexandria, VA 22302; Analysis & Technology, Route 2, P.O. Box 220, North Stonington, CT 06359; Anteon Corporation, 3211 Jermantown Road, P.O. Box 10107, Fairfax, VA 22030; and Microsystems Integration Inc., 158 South Broad Street, Suite C, Pawcatuck, CT 06379. Our office no longer issues solicitations or amendments in paper form. Instead they may be accessed at the following website: http://www.eps.gov. The listing will be under the Department of Transportation, United States Coast Guard, USCG Research & Development Center, Groton, CT. Offerors should register to receive notifications and subscribe to the mailing list while at the following site: http://www.rdc.uscg.mil/rdcpages/business.html. This site is still under construction but should be available for use by the 15th of February. A copy of the solicitation may be accessedat the USCG Research & Development Center, Room 139, by contacting Jim Hazlin at (860) 441-2837. See Note 26. Posted 02/01/00 (D-SN420726). (0032)

Loren Data Corp. http://www.ld.com (SYN# 0006 20000203\A-0006.SOL)


A - Research and Development Index Page