Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SOLICITATION NOTICE

J -- Notice of Intent for Sole Source Award for Manatee Protection System

Notice Date
9/3/2015
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-15-R-0033
 
Archive Date
11/3/2015
 
Point of Contact
Mildred R. Faison, Phone: 9042322001
 
E-Mail Address
mildred.r.faison.civ@mail.mil
(mildred.r.faison.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Introduction U.S. Army Corps of Engineers, Jacksonville District intends to award a sole source contract to Underwater Engineering Services, Inc of Ft. Pierce, FL 2. Description of Services This is services contract to provide Manatee Protection System (MPS) Maintenance and Repairs to 6 Lock and Dam facilities within the USACE Jacksonville District. The 6 Locks are Canaveral Lock, St. Lucie Lock, Port Mayaca Lock, Moore Haven Lock, Ortona Lock and W.P. Franklin Lock. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform MPS Maintenance and Repairs as defined in this Performance Work Statement except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract. The 6 lock structures are equipped with MPS Systems that provide automated gate controls to the Lock Gates during closure of the gates. During closure of the gates, acoustical transmitters and receiving arrays are monitoring for the presence of Manatees through acoustical signal interruption caused when a Manatee passes in front of the gate nose. When the signal is interrupted, the MPS stops the closure of the gate automatically and waits for the signal to be restored, indicating the Manatee has safely passed through the gates. The MPS is a highly sophisticated electronic, digital and mechanical system and requires expertise in many areas to fully understand the interaction and function of all components. The designed operation and performance of the MPS is dependent on all the components working together at all times without interruption. Reliability is key to providing safe Manatee passage through the locks when the locks are in service. Consistency is key to keep the locks open for Navigational traffic during normal business hours without any disruptions to commercial or recreational vessel traffic. Any malfunction of the MPS can result in closure of the locks until the problem is corrected. The performance of the contract will be conducted from 2015 to 2017. This work will be contracted as a one-year base with one-year option. The NAICS code is 811219 3. Authority DFARS 206.302-1, Only One Responsible Source 4. Reason for Sole Source (a) Background: Harbor Branch Oceanographic Institute (HBOI) is the designer, manufacturer and owner of the propriety data for the MPS. Their only source for installation and repairs is conducted through UESI for equipment manufactured by HBOI, who designed and produces the Manatee Protection System. HBOI has declined to enter into a Government contract to maintain and repair the MPS at the 6 USACE Locks. However, they have an agreement with UESI to maintain the system. Letter dated 10 Aug 2015, confirms HBOI, business relationship with UESI. Therefore, since UESI is the only available source of expertise that can continue the servicing needs of the Government with the knowledge, skills and abilities to accomplish the work, they are considered sole source. (b) Justification: The impact to the Government if UESI is not selected as the sole provider of the services sought is extreme risk and probability of improper troubleshooting and repairs that can result in financial damages and system damages. The MPS components are not commercially available and therefore familiarity with these custom components is essential for accurate troubleshooting and repairs. Any miscalculation on potential problems with the performance of the gates could result in improper operation of the gates as well as shut down of the locks. It is essential that the expert company obtained be a highly qualified company who is available at all times. The expert company must also be familiar with the unique challenges of designing and constructing the existing MPS at each of the 6 lock structures, to include review of all original design documents submitted prior to and during the performance period, to include inspection of MPS contract specifications and review, designer of record reports, and O&M Reports generated by the OEM (Original Equipment Manufacturer) manufacturer. The expert company must be able to devote individual attention to the analysis and preparation of recommended repairs at each lock, and as necessary, make the repairs in a timely manner. In addition, programming changes to the automated control system will be required by the expert company and its subcontractors to insure gate operation changes are safely and effectively implemented. 5. No solicitation package will be issued. This Notice of Intent is not a request for competitive quotations; however, interested persons may identify their interest and capability to respond to this requirement. The Government will consider responses received by 12:00 PM Eastern Time October 19, 2015. Inquiries will only be accepted via email to mildred.r.faison@usace.army.mil. No telephone requests will be honored. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-15-R-0033/listing.html)
 
Place of Performance
Address: Florida, United States
 
Record
SN03870742-W 20150905/150904000145-d0850441ecb66c6b08707ec3e13e5e4f (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.