SOURCES SOUGHT
H -- Dredge Plant Instrumentation and System Evaluation and Operational Analysis and Report Generation - DQM Certification - PWS 26 March 2018
- Notice Date
- 3/26/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-18-L-0010
- Archive Date
- 4/26/2018
- Point of Contact
- Eric J. Hurtado, Phone: 2516902571
- E-Mail Address
-
eric.j.hurtado@usace.army.mil
(eric.j.hurtado@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Scow DPIP Punch-List Pipeline DPIP Punch-List Hopper DPIP Punch-List National Dredging Quality Management Program (DQM) Sources Sought Number: W91278-18-L-0010 Classification: All Other Professional, Scientific, and Technical Services NACIS: 541990 Size Standard: $15,000,000 Subject: National Dredging Quality Management (DQM) Dredge Plant Instrumentation and System Evaluation and Operational Analysis and Report Generation. The purpose of this notice is to determine the availability of qualified contractors to perform these services and in the absence of qualified sources, the Government may proceed with its intent to award a contract with RPS Group, Inc. This notice also serves of notice of intent to solicit offers for one source, if there is found to be a lack of available competition. Market Research and Sources Sought Notice: Potential Offerors are asked to provide information on capability and availability of interested Offerors in participating in a request for proposal (RFP) to perform dredge plant inspections for various locations throughout the U.S. for the purpose of verifying that the data collection system meets the DQM specifications for that specific dredge plant and type. Instructions on submissions are provided at the end of this notice. The National DQM Center operates a highly technical and unique function for the United States Government, specifically the US Army Corps of Engineers. The National DQM Center has the exclusive responsibility to monitor all dredging activities across the United States and store that data for contract compliance, permit compliance and legal documentation. The contractor shall also perform report generation and analysis on the data acquired via the dredging contractors and hence stored in the National DQM database. These reports will be generated on Contractor developed and furnished software to produce the required outputs and formats required by the Corps and other Federal agencies. The Government intends to solicit and negotiate with only one source, RPS Group, Inc. (DBA Cambrian Consultants (CC) America) 20405 Tomball Parkway, Suite 200 Houston, TX 77070. More information regarding the requirement can be found below. As the original requirement contractor, RPS possesses some proprietary data and information related to the certification of DQM software. Furthermore, Alstom has in-depth knowledge, experience, and expertise of how each dredge functions, how the software is used and maintained, and how to meet the requirements for certification of dredges. This experience provides them with inherent knowledge, which will allow for the most cost effective and expeditious certification of this mission essential dredging equipment. Therefore, RPS is the only source reasonably available having experience with the DQM software and certifications reports. It is anticipated that a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) will be awarded. This is a Market Research and Sources Sought Notice. No award will result from this notice, unless the Government determines RPS is the only available source. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. In the absence of qualified sources, the Government may proceed with its intent to award a contract with RPS Group, Inc. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition strategy decisions. RESPONSE INSTRUCTIONS Potential Offerors are asked to provide the following: 1. Contractor's name, address, DUNS, CAGE, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission. 3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies. 4. Contractor shall identity the number of projects similar to this scope that have been performed in the last 5 years. Provide information regarding the scope and magnitude of these projects. 5. Documentation should be submitted with the following considerations: a. Describe your capability and experience over the past 5 years to provide services for performing DQM quality assurance checks such as calibration, precision and accuracy verifications based on manufacture and DQM specifications on all Hopper, Scow, and Pipeline dredge instrumentation, including commercial DGPS units, draft sensors, density and velocity meters, Ulage sensors, drag arm depths, and other sensors and instrumentation. b. Describe your capability and experience over the last 5 years to prepare and perform design, modeling, development, testing, implementation, and operation of complex Matlab software that is used to produce reports in various formats for the purpose of generating required outputs for various Federal resource agencies as required by USACE permits around the US. c. Describe your capability and experience over the past 5 years to provide contract services that successfully demonstrate contractor's timeliness/effectiveness of contract problem resolution without extensive customer guidance in regards to the ability to send teams at short notice to multiple locations around the US to perform the dredge plant inspections and certification work. d. Describe your capability and experience to provide effective on-site management, including management equipment, materials, and labor force to perform the attached statement of work within the safety and technical requirements of the duties described. Also, describe your capability and experience to hire, apply, and retain a qualified workforce for this effort. e. Describe your federally and/or state recognized training and credentials related to safety, port access identification and clearance, on-board dredge software expertise, Naval Architecture, fluid dynamics, and dredge production and operations. d. Describe your capability and experience to develop analytical techniques to provide DQM defined dredge state and cycles for hopper dredges from dredge data. e. Describe your capability and experience to provide Department of Defense secure IT credentials and data storage for proprietary DQM data. f. Describe your capability and experience over the last 5 years develop and evaluate Dredge Plant Instrumentation Plans (DPIP) for all Hopper, Scow and Pipeline dredges. g. Describe your capability and experience to perform hopper dredge Hydro test to verify the accuracy/relationship between displacement and volume and trim and compare against the specific dredge plant table prepare by a licensed Naval Architect. h. Describe your capability and experience to provide licensed remote access computer software for remote software updates, DQM on-board system analysis, and trouble shooting. i. Provide information regarding similar contracts to the scope described above you have performed to include the contract number, dates, amount, location, final rating, and point of contact name and telephone number for verification. The above requested information shall not exceed a total of fifteen (15) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses received after lited due date and time may not be reviewed. Responses shall be submitted via email to Eric J. Hurtado, Contract Specialist. In the subject line of your email refer to notice W91278-18-L-0010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-18-L-0010/listing.html)
- Place of Performance
- Address: various US locations, Mobile, Alabama, 36602, United States
- Zip Code: 36602
- Zip Code: 36602
- Record
- SN04866531-W 20180328/180326231038-3969dedc5f606ecf750ec4a4634372aa (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 |