PORT PERFORMANCE SUBSCRIPTION
ID: FMC-BTA-24-0013Type: Special Notice
Overview

Buyer

FEDERAL MARITIME COMMISSIONFEDERAL MARITIME COMMISSION

NAICS

Web Search Portals and All Other Information Services (519290)

PSC

SUPPORT- ADMINISTRATIVE: INFORMATION RETRIEVAL (R612)
Timeline
    Description

    The Federal Maritime Commission intends to sole source a subscription for Port Performance services from S&P Global, a leading provider in the industry. This procurement aims to secure essential subscription services that will support the Commission's operational needs in monitoring and analyzing port performance metrics. The anticipated period of performance for this contract is from September 29, 2024, to September 28, 2029, encompassing a base year and four one-year option periods. Interested parties can direct inquiries to Michelle Calhoun at mcalhoun@fmc.gov or by phone at 202-523-2901, as this opportunity is being pursued under the Federal Acquisition Regulations Subpart 13.5 for simplified procedures.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    SUBSCRIPTION PIERS (IMPORT/EXPORT)
    Active
    Federal Maritime Commission
    The Federal Maritime Commission intends to sole source subscription services for the Port Import Export Reporting Service (PIERS) data from IHS Global Inc. This procurement is aimed at acquiring essential data services that support the Commission's regulatory and oversight functions in maritime trade. The anticipated period of performance for this contract is from September 29, 2024, to September 28, 2029, encompassing a base year and four one-year option periods. Interested parties can direct inquiries to Michelle M. Calhoun at mcalhoun@fmc.gov or by phone at 202-523-2901 for further details.
    Subscription to Seaweb, Movements and Ports Modules
    Active
    Federal Maritime Commission
    The Federal Maritime Commission intends to sole source a subscription to the Seaweb, Movements and Ports Modules from IHS Global Inc., located in Englewood, Colorado. The procurement aims to increase the annual subscription from a single user to a range of 2-5 users under an existing Purchase Order, with an estimated increase in cost of $76,414. This subscription is crucial for accessing vital maritime data and analytics, which support the Commission's regulatory and oversight functions. A solicitation will not be issued for this opportunity, and interested parties may direct inquiries to the Federal Maritime Commission for further information.
    Intent to Sole Source - FactSet
    Active
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Fiscal Service intends to award a sole source contract to FactSet Research Systems Inc. for a data subscription that supports the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). The primary objective of this procurement is to obtain comprehensive data on trade credit networks and supply chains to analyze the propagation of financial shocks and interconnectedness among firms, particularly during banking crises. This data is crucial for understanding how financial distress can spread through trade credit chains, which is essential for effective economic analysis. Interested contractors must submit their qualifications and capability statements electronically by September 25, 2024, to purchasing@fiscal.treasury.gov, as the contract is expected to exceed the simplified acquisition threshold and will have a duration of one twelve-month base period with four optional extensions.
    20--Notice of Intent to Sole Source - Sofar Ocean
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a sole source five-year contract to Sofar Ocean Technologies for access to the proprietary Spotter Platform, which provides critical marine sensing data. This subscription service includes real-time and historical data from Spotter buoys, which have been utilized by the USGS since 2021, following significant investments in compatible equipment. The estimated annual cost for this service is $35,000, totaling $175,000 over the contract period, with responses to this notice due by September 19, 2023, at 12:00 PM Mountain Time. Interested parties may contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further information.
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies capable of providing a Fuel Delivery System (FDS) on commercial medium-range tankers to support U.S. Navy replenishment operations. The FDS must be designed to facilitate fuel transfer under various sea conditions and comply with Navy engineering standards, with operations anticipated to commence on February 2, 2026, and conclude by June 1, 2027. This initiative is crucial for enhancing the Navy's supply chain efficiency and operational readiness, emphasizing the importance of collaboration with qualified contractors in the maritime sector. Interested parties must submit their company information, relevant experience, and estimated costs by September 30, 2024, and can contact Jordan Schwaner or Stephanie Ricker for further details.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    A leased license with one (1) instance of the optimization engine with a bundle of ten (10) special optimization FLOW-3D HYDRO solver tokens, for the CFD software program, FLOW-3D(x), for a period of 12 months.
    Active
    Energy, Department Of
    The Federal Energy Regulatory Commission (FERC) is seeking offers for a leased license of the FLOW-3D(x) computational fluid dynamics (CFD) software, which includes one instance of the optimization engine and a bundle of ten special optimization FLOW-3D HYDRO solver tokens. This procurement aims to enhance FERC's simulation capabilities by acquiring a product that uniquely meets their operational needs, as FLOW-3D(x) is the only available add-on module for the existing FLOW-3D software, addressing limitations of single-seat licensing. Proposals must be submitted via email to Contract Specialist Trey Hair by September 26, 2024, with any questions directed to him by September 24, 2024. The evaluation will focus on technical merit and cost, ensuring compliance with federal contracting standards.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.