Sole Source - Bio Fouling Assessment

Agency:
State: Rhode Island
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159376846462019
Posted Date: Feb 1, 2024
Due Date: Feb 7, 2023
Source: Members Only
Follow
Sole Source - Bio Fouling Assessment
Active
Contract Opportunity
Notice ID
N6660424Q206
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 01, 2024 11:16 am EST
  • Original Date Offers Due: Feb 07, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AH32 - Natural Resources and Environment R&D Services; Recreational resources; Applied Research
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 –Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).



Request for Quote (RFQ) number is N6660424Q0206



The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Sole Source Firm Fixed Price (FFP) purchase order to Florida Institute of Technology (FIT) Center for Corrosion and Biofouling Control (CCBC) in support of the Deep Sea Fouling Task under SSN(x). New submarine classes like SSN(x) will require new antifouling paints, coatings or surface modifications; new cleaning techniques; and a better understanding of expected fouling types and rates at depth to ensure hull sensors can perform as designed without a biofouling-induced noise floor. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Information received will normally be considered for the purposes of determining whether to conduct a competitive requirement in the future.



Required delivery is a period of performance February 2024 to June 2024.



This procurement is unrestricted as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs (OSBP) and Small Business Administration Procurement Center Representative (SBA PCR). The North American Industry Classification System (NAICS) code is 541380. The Small Business Size Standard is $19.0 Million.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).



The following clauses and provisions apply to this solicitation:



- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)



- FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services



- FAR 52.212-2, Evaluation – Commercial Items;



-



- FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1



- FAR 52.212-4, Contract Terms and Conditions--Commercial Items;



- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items;



The following DFARS clauses apply to this solicitation:



252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.





Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.



The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(Deviation)” after the date of the clause.



Payment will be via Procurement Integrity Enterprise Environment (PIEE) (formerly known as Wide Area Workflow (WAWF)).



This solicitation requires an active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.



For information on this acquisition contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil .



The property or services needed by the agency are available from only one responsible source and no other type of property or services will satisfy the needs of the agency.





Due to the lack of contractors with the required expertise to complete this project, this Sole Source Contract will allow for the deployment, pressure treatment, and analysis of biofouling panels from one contractor that has the expertise in the required techniques and areas, and is able to complete the tasks in the study areas within the specified timeframe. FIT’s CCBC is the only known company that has the expertise, support staff, and facility to assess biofouling and expose it to the required hydrostatic pressures in a warm marine environment. FIT is co-located with the field site which is a requirement to avoid shipping fouled panels. The recommendation is to utilize FIT who has frequently partnered with the Department of Defense and Office of Naval Research on multiple other contracts and demonstrated technical expertise in this field.



The study requires a pressure chamber suitable to accommodate saltwater and designed to be operated at a maximum pressure of about 450 pounds per square inch (psi; approximately 1,000 ft (300 m]). In addition, this effort requires panels to accumulate biofouling in the winter of 2024 in a warm water environment, as well as the scientific and technical expertise in the analysis of pressure exposed biofouling data, adhesion testing, and biofilm microcopy. NUWCDIVNPT does not currently have the pressure chamber and personnel skilled in conducting these assessments and analysis. Research into other contractor options were made, however none were identified. FIT is recognized by ONR as being a Navy biofouling test site and is the only company that has a static immersion site suitable for biofouling investigations in warm waters.




Attachments/Links
Contact Information
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 01, 2024 11:16 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >