The RFP Database
New business relationships start here

CHL Research & Development


Mississippi, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT - W912HZ-19-R-R0001

This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. No proposals are being requested or accepted with this synopsis. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, and capabilities necessary to perform the described project are invited to provide feedback via email to Ms. Robyn Wells at Robyn.D.Wells@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.
Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Certified 8a, Certified HUB Zone, Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) for a Market Survey for a Service Contract for Research and Development for the Coastal and Hydraulics Laboratory. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than Small Businesses may respond to this NOTICE in the event the market does not indicate Small Business interest, however, preference will be given to the Small Business categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors.


PROJECT DESCRIPTION


The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal and Hydraulics Laboratory (CHL) has an upcoming R&D acquisition that includes the following tasks:
Tasks


1. Develop a predictive system to assess impacts and mitigation requirements to navigation, environmental, and flood control projects on hydraulic structures, channels, coastlines, sediment transport within US waterways. Produce statistical models using multivariate procedures. Data to populate models will be obtained from field collections or existing data bases provided by ERDC. Document results in presentations and reports.


2. Collect various hydrologic, hydraulic, wave, geomorphic survey, water quality, and sediment data to aid in the study of hydrodynamic phenomena in US waterways. Field data will occur at specific locations using various gear types includes, gauges, sensors, vessels, autonomous systems, core cylinders, survey instruments, and other means of measurement. Properly record all data on standard data sheets and submit following standard operating procedures provided by ERDC.


3. Deploy survey crews with vessels and instruments to collect a wide variety of data pertaining to bathymetry, flow characteristics, sediment transport, and geomorphology in US waterways.


4. Applying and implementing geospatial technology and data in research efforts dealing with navigation systems, coastal systems, and various numerical hydrologic, hydraulic, wave, sediment, water quality, and storm models throughout the world.


5. Development and construction of physical models to provide data for navigation, flood control, hydropower, sediment transport, and hydrodynamic phenomena for various studies.


6. Develop a predictive system to assess impacts and mitigation requirements for the effect of human activities, including dredging construction, vessel traffic, flow diversion, training structures, and protective structures that leads to safer, more efficient and economical marine transport systems that operate within environmentally acceptable conditions.


7. Participate in and conduct USACE specified training involving numerical models, data collection, and related subjects to include PROSPECT.


8. Develop systems and models to perform mean and oscillatory flow speed and direction of tides and other long wave heights over land and sea to include wind speed and direction, barometric pressure, air and sea temperature, salinity/conductivity, and bathymetry.


9. Conduct research and development for computational hydrologic models, including development and application of hydro-informatic systems in surface water, groundwater, and watersheds.


10. Development of methods and techniques to improve the ship simulator and increase reliability of design estimates, including data and tools for ship motions, drawdown, squat, ship-generated waves, and ship maneuvering to include military vessels/vehicles.


11. Development and application of two- and three dimension numerical models and tools for shallow water wave estimation, forecasting and hindcasting of wind generated waves, nearshore currents, wave breaking, wave/current and wave structure interactions, wave and sediment interactions with natural and nature-based features, long and short waves in ports and harbors, tsunami conditions, wind generated currents, storm surge, tidal circulation, and meteorology.


The contractor shall perform research work in all areas referenced and be capable of readily performing all tasks. The contractor shall be responsible for the cost of training needed to complete tasks and deliverables (i.e. security training).


This project is planned for advertising in early 2019 under FAR Part 12 - Acquisition of Commercial Items and utilizing FAR Part 13- Simplified Acquisition Procedures. The NAICS Code is 541715- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) with a size standard of 1,000 employees. The duration of the project would be five years.


Firm's response to this Synopsis shall include the following information:
Interested contractors must submit the following in response to this announcement:
1. Firm's name, address, point of contact, phone number, e-mail address, DUNS number, CAGE code, and Tax ID number.
2. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
3. Firm's capability statement (include comparable work performed within the past 2 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide one example. If utilizing the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria.
4. Firm's interest in quoting on the solicitation when it is issued.
5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable


Potential Offerors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Interested parties should register online and subscribe to receiving procurement announcements related to this sources sought notice at www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed below.


Your interest in this response is appreciated.


INTERESTED VENDORS MUST RESPOND TO THIS SOURCES SOUGHT NOTICE NO LATER THAN 2:00pm (CST), Friday, December 28, 2018. Responses must be submitted via email to Robyn.D.Wells@usace.army.mil. Oral communications ARE NOT acceptable in response to this notice. Please use RFI number W912HZ-19-R-R0001.


**LOCATION OF WORK: Vicksburg, Mississippi and other various locations throughout the United States**


 


 


Robyn D. Wells, Contract Specialist, Phone 6016345321, Email Robyn.D.Wells@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP