
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0001
|
2,558,261
|
Dollars,
U.S.
|
$1.00
|
$2,558,261.00
EST
|
|
|
BASE
EFFORT - UIS PROTOTYPE
FFP
The
contractor, Coda Octopus, Inc., shall develop, build and deliver
three (3)
complete prototype Underwater Inspection Systems (UISs) as per
U.S. Coast
Guard requirements and in accordance with the Statement of Work
dated 14
June 2007 and IAW with their proposal (Tasks 1 through 14) dated
15 June
2007.
Period
of Performance: Date of Award 02 July 2007 through to 01 January
2008 NTE:
6 Months
FOB:
Destination
PURCHASE
REQUEST NUMBER: WITSWG71155207
|
|||||
|
NET
AMT
|
$2,558,261.00
(EST.)
|
||||
|
ACRN
AA
CIN:
0001
|
$2,558,261.00
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0002
|
Dollars,
U.S.
|
||||
|
TRAVEL
EXPENSES
COST
The
contractor, Coda Octopus, Inc. shall separate travel expenditures
from
CLIN 0001 and bill under CLIN 0002 actual expenses in accordance
with the
JTR.
FOB:
Destination
PURCHASE
REQUEST NUMBER: WITSWG71155207
|
|||||
|
ESTIMATED
COST
|
$39,149.00
|
||||
|
ACRN
AA
CIN:
0002
|
$39,149.00
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0003
|
634,065
|
Dollars,
U.S.
|
$1.00
|
$634,065.00
EST
|
|
|
OPTION
|
OPTION
1: RANGE RESOLUTION ENHANCEMENT
FFP
If
and when this option is executed, the contractor, Coda Octopus,
Inc.,
shall develop core beam forming hardware and FPGA technology to
improve
the current 3 or 4cm range resolution to 1 or 2cm, and increase
target
detection of objects on harbor walls and other close range
applications.
Period
of Performance: NTE 6 months from execution of option.
FOB:
Destination
PURCHASE
REQUEST NUMBER: WITSWG71155207
|
||||
|
NET
AMT
|
$634,065.00
(EST.)
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0004
|
Dollars,
U.S.
|
||||
|
OPTION
|
TRAVEL
EXPENSES
COST
The
contractor, Coda Octopus, Inc. shall separate travel expenditures
and bill
under this CLIN for actual expenses in accordance with the
JTR.
FOB:
Destination
|
||||
|
ESTIMATED
COST
|
$10,000.00
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0005
|
378,084
|
Dollars,
U.S.
|
$1.00
|
$378,084.00
EST
|
|
|
OPTION
|
OPTION
2: INCREASE ECHOSCOPE FREQUENCY
FFP
If
and when this option is executed, the contractor, Coda Octopus,
Inc.,
shall develop new transducer and channel board hardware to allow
operation
at higher frequencies (up to 500KHz). Given the modular design
of the
Echoscope, it would then be feasible to allow dual transducers
to be
mounted simultaneously and provide multiple target returns at different
frequencies (375KHz and 500KHz). Increasing the frequency of operation
to
500KHz would also increase the resolution of the data and reduce
the
volume to approximately 25 x 25deg - effectively doubling the lateral
resolution.
Period
of Performance: NTE 6 months from execution of option.
FOB:
Destination
PURCHASE
REQUEST NUMBER: WITSWG71155207
|
||||
|
NET
AMT
|
$378,084.00
(EST.)
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0006
|
Dollars,
U.S.
|
||||
|
OPTION
|
TRAVEL
EXPENSES
COST
The
contractor, Coda Octopus, Inc. shall separate travel expenditures
and bill
under this CLIN for actual expenses in accordance with the
JTR.
FOB:
Destination
|
||||
|
ESTIMATED
COST
|
$10,000.00
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0007
|
1,122,948
|
Dollars,
U.S.
|
$1.00
|
$1,122,948.00
EST
|
|
|
OPTION
|
OPTION
3: AUTOMATED CHANGE DETECTION
FFP
If
and when this option is executed, the contractor, Coda Octopus,
Inc.,
shall develop Automated Change Detection algorithms for on-line
detection
and post-processing analysis of captured Echoscope data. The data
post-mission would reside on a large-scale SQL database allow several
over-time analysis to be generated as well as know-good baseline
surveys
for real time analysis. Algorithm would be backwards compatible
with
existing UIS systems to enable all users to add this additional
software
capability on a per license basis.
Period
of Performance: NTE 18 months from execution of option.
FOB:
Destination
PURCHASE
REQUEST NUMBER: WITSWG71155207
|
||||
|
NET
AMT
|
$1,122,948.00
(EST.)
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0008
|
Dollars,
U.S.
|
||||
|
OPTION
|
TRAVEL
EXPENSES
COST
The
contractor, Coda Octopus, Inc. shall separate travel expenditures
and bill
under this CLIN for actual expenses in accordance with the
JTR.
FOB:
Destination
|
||||
|
ESTIMATED
COST
|
$30,000.00
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0009
|
7
|
Each
|
$470,250.00
|
$3,291,750.00
EST
|
|
|
OPTION
|
OPTION
4: ADVANCED PROTOTYPE UIS SYSTEM
FFP
If
and when this option is executed, the contractor, Coda Octopus,
Inc.,
shall build up to seven (7) additional UIS Systems to agreed USCG
specifications.
Period
of Performance: NTE 6 months from execution of option.
NOTE:
It is estimated that delivery time from date or order for each
UIS will be
3 months. CodaOctopus will be able to build up to seven (7) further
UIS
Systems and can deliver together if required within 3-4 months
from date
of order. Delivery time will be similar regardless of whether one
(1)
additional UIS System of the seven (7) additional UIS Systems is
ordered.
FOB:
Destination
PURCHASE
REQUEST NUMBER: WITSWG71155207
|
||||
|
NET
AMT
|
$3,291,750.00
(EST.)
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0010
|
247,434
|
Dollars,
U.S.
|
$1.00
|
$247,434.00
EST
|
|
|
OPTION
|
OPTION
5: DEVELOPMENT OF ONE PIECE F190
FFP
If
and when this option is executed, the contractor, Coda Octopus,
Inc.,
shall develop a one piece F190 Inertial Attitude and Positioning
System to
replace standard two piece system used in UIS. It is estimated
that this
will assist in rapid deployment and calibration of the UIS systems
further
enhancing the systems operability.
Period
of Performance: NTE 6 months from execution of option.
FOB:
Destination
PURCHASE
REQUEST NUMBER: WITSWG71155207
|
||||
|
NET
AMT
|
$247,434.00
(EST.)
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
0011
|
Dollars,
U.S.
|
||||
|
OPTION
|
TRAVEL
EXPENSES
COST
The
contractor, Coda Octopus, Inc. shall separate travel expenditures
and bill
under this CLIN for actual expenses in accordance with the
JTR.
FOB:
Destination
|
||||
|
ESTIMATED
COST
|
|
||||
|
ITEM
NO
|
SUPPLIES/SERVICES
|
QUANTITY
|
UNIT
|
UNIT
PRICE
|
AMOUNT
|
|
|
|||||
|
NET
AMT
|
|||||
| o |
USCG
Document G-3RPDs draft concept of
operations.
|
| a. |
Provide
the USCG with the availability of the capability to rapidly conduct
searches for threats and parasitic attachments below the surface
in
low-visibility subsurface conditions.
|
| b. |
Independent
of ambient light (night operations).
|
| c. |
Usable
on Coast Guard small boats at 3 to 5 knots to cover 18,000 to 30,000
linear feet of bulkhead per hour.
|
| d. |
Capable
of guaranteeing 100% inspection coverage.
|
| e. |
Usable
with minimal risk to Coast Guard personnel and
assets.
|
| f. |
Intuitive
user display (no specialty skills/rating
required).
|
| g. |
Minimizes
required specialty operator skills.
|
| h. |
Capable
of being used effectively during a National Security
Event.
|
| i. |
Compatible
with current Coast Guard security
operations.
|
| j. |
Weather
effect limitations are minimized
(wind/waves/ice).
|
| k. |
Effects
of current are minimized.
|
| l. |
Field
of view is maximized.
|
| m. |
Can
be used in navigationally restricted
environments.
|
| n. |
Document
area coverage for subsequent review and
comparison.
|
|
0
Days
|
Contract
Award
|
|
7-14
DAC
|
Kickoff
Meeting
|
|
30
DAC
|
Preliminary
Design Review
|
|
60
DAC
|
Standard
UIS Component Delivery
|
|
90
DAC
|
Second
Design Review & Initial UIS Deployment (System #1)
|
|
120
DAC
|
Prototype
Systems Delivery (UIS Systems #2 and #3)
|
|
150
DAC
|
Training
and Final Integration
|
|
180
DAC
|
Contract
Complete
|
|
52.246-7
|
Inspection
Of Research And Development Fixed Price
|
AUG
1996
|
|
|
52.246-15
|
Certificate
of Conformance
|
APR
1984
|
|
|
52.246-16
|
Responsibility
For Supplies
|
APR
1984
|
|
|
252.246-7000
|
Material
Inspection And Receiving Report
|
MAR
2003
|
|
|
52.242-15
|
Stop-Work
Order
|
AUG
1989
|
|
|
52.247-34
|
F.O.B.
Destination
|
NOV
1991
|
|
| d. |
Invoice
Instructions:
|
| 1. |
Contractor’s
name, address, contract number and number consecutively
starting with 001
|
| 2. |
Statement
as to whether the voucher is for provisional,
partial
or
final
payment
|
| 3. |
Signature
of authorized representative of the
contractor
|
| 4. |
REMIT
ADDRESS AS STATED ON THE ACH VENDOR FORM:
Bank’s name, address, account number type of account, routing number,
Tax
ID number and Duns number.
|
| 5. |
Invoices
shall be submitted through the following addressees as stated below
to
payment officer for payments (see
block 12 for payment office):
|
| · |
Each
SIGNED
voucher/invoice MUST be
submitted on a MONTHLY
BASIS.
|
| · |
The
contractor shall submit electronically a signed,
scanned, emailed and or faxed
copy to the COR/PM
(Larry)
and PCO
(Paula)
along with the MSRs.
|
| · |
The
contractor is instructed to notify the COR and the PCO immediately
if any
payments issues occur on the voucher/invoice.
|
| · |
The
COR/PM is authorized to review, approve, sign and forward the contractor’s
Progress Payments voucher/invoice direct submissions.
|
| · |
The
COR/PM is also authorized to review, approve and sign DD 250 when
applicable.
|
| · |
The
COR/PM is instructed to notify the PCO if there are any technical
issues
that have an impact on the voucher/invoice within five (5) working
days
after receipt.
|
| · |
The
PCO will administer the binding contract, modifications, vouchers/invoices
and any other pertinent documents.
|
| · |
The
PCO will also review invoices and notify appropriate person(s) if
inaccurate.
|
| · |
The
PCO will sign invoices when directed to so by the
COR/PM.
|
|
AA:
9770400FBCG0004175600689412D000000G2000715000
|
|
AMOUNT:
$2,597,410.00
|
|
CIN
0001 & 0002: $2,597,410.00
|
|
Each
Person
|
Per
Occurrence
|
Property
Damage
|
||||||||
|
Comprehensive
General
|
None
|
$
|
500,000
|
None
|
||||||
|
Liability
|
||||||||||
|
Automobile
Liability
|
$
|
200,000
|
$
|
500,000
|
$
|
20,000
|
||||
|
52.202-1
|
Definitions
|
JUL
2004
|
|
|
52.203-3
|
Gratuities
|
APR
1984
|
|
|
52.203-5
|
Covenant
Against Contingent Fees
|
APR
1984
|
|
|
52.203-6
|
Restrictions
On Subcontractor Sales To The Government
|
SEP
2006
|
|
|
52.203-7
|
Anti-Kickback
Procedures
|
JUL
1995
|
|
|
52.203-8
|
Cancellation,
Rescission, and Recovery of Funds for Illegal or Improper Activity
|
JAN
1997
|
|
|
52.203-10
|
Price
Or Fee Adjustment For Illegal Or Improper Activity
|
JAN
1997
|
|
|
52.203-12
|
Limitation
On Payments To Influence Certain Federal Transactions
|
SEP
2005
|
|
|
52.204-2
|
Security
Requirements
|
AUG
1996
|
|
|
52.204-4
|
Printed
or Copied Double-Sided on Recycled Paper
|
AUG
2000
|
|
|
52.204-7
|
Central
Contractor Registration
|
JUL
2006
|
|
|
52.209-6
|
Protecting
the Government's Interest When Subcontracting With Contractors
Debarred,
Suspended, or Proposed for Debarment
|
SEP
2006
|
|
|
52.211-5
|
Material
Requirements
|
AUG
2000
|
|
|
52.211-15
|
Defense
Priority And Allocation Requirements
|
SEP
1990
|
|
|
52.215-8
|
Order
of Precedence--Uniform Contract Format
|
OCT
1997
|
|
|
52.215-14
Alt I
|
Integrity
of Unit Prices (Oct 1997) - Alternate I
|
OCT
1997
|
|
|
52.215-17
|
Waiver
of Facilities Capital Cost of Money
|
OCT
1997
|
|
|
52.216-2
|
Economic
Price Adjustment - Standard Supplies
|
JAN
1997
|
|
|
52.219-8
|
Utilization
of Small Business Concerns
|
MAY
2004
|
|
|
52.222-21
|
Prohibition
Of Segregated Facilities
|
FEB
1999
|
|
|
52.222-26
|
Equal
Opportunity
|
MAR
2007
|
|
|
52.222-35
|
Equal
Opportunity For Special Disabled Veterans, Veterans of the Vietnam
Era,
and Other Eligible Veterans
|
SEP
2006
|
|
|
52.222-36
|
Affirmative
Action For Workers With Disabilities
|
JUN
1998
|
|
|
52.222-37
|
Employment
Reports On Special Disabled Veterans, Veterans Of The Vietnam Era,
and
Other Eligible Veterans
|
SEP
2006
|
|
|
52.223-6
|
Drug-Free
Workplace
|
MAY
2001
|
|
|
52.223-11
|
Ozone-Depleting
Substances
|
MAY
2001
|
|
|
52.223-13
|
Certification
of Toxic Chemical Release Reporting
|
AUG
2003
|
|
|
52.223-14
|
Toxic
Chemical Release Reporting
|
AUG
2003
|
|
|
52.227-1
Alt I
|
Authorization
And Consent (Jul 1995) - Alternate I
|
APR
1984
|
|
|
52.227-2
|
Notice
And Assistance Regarding Patent And Copyright Infringement
|
AUG
1996
|
|
|
52.228-7
|
Insurance--Liability
To Third Persons
|
MAR
1996
|
|
|
52.232-2
|
Payments
Under Fixed-Price Research And Development Contracts
|
APR
1984
|
|
|
52.232-8
|
Discounts
For Prompt Payment
|
FEB
2002
|
|
|
52.232-9
|
Limitation
On Withholding Of Payments
|
APR
1984
|
|
|
52.232-13
|
Notice
Of Progress Payments
|
APR
1984
|
|
|
52.232-14
|
Notice
Of Availability Of Progress Payments Exclusively For Small Business
Concerns
|
APR
1984
|
|
|
52.232-17
|
Interest
|
JUN
1996
|
|
|
52.232-22
|
Limitation
Of Funds
|
APR
1984
|
|
|
52.232-23
Alt I
|
Assignment
of Claims (Jan 1986) - Alternate I
|
APR
1984
|
|
|
52.232-25
|
Prompt
Payment
|
OCT
2003
|
|
|
52.232-33
|
Payment
by Electronic Funds Transfer--Central Contractor Registration
|
OCT
2003
|
|
|
52.233-1
|
Disputes
|
JUL
2002
|
|
|
52.233-3
|
Protest
After Award
|
AUG
1996
|
|
|
52.239-1
|
Privacy
or Security Safeguards
|
AUG
1996
|
|
|
52.242-13
|
Bankruptcy
|
JUL
1995
|
|
|
52.243-1
Alt V
|
Changes--Fixed-Price
(Aug 1987) - Alternate V
|
APR
1984
|
|
|
52.244-2
|
Subcontracts
|
AUG
1998
|
|
|
52.244-5
|
Competition
In Subcontracting
|
DEC
1996
|
|
|
52.244-6
|
Subcontracts
for Commercial Items
|
MAR
2007
|
|
|
52.245-1
|
Property
Records
|
APR
1984
|
|
|
52.245-2
Alt I
|
Government
Property (Fixed-Price Contracts) (May 2004) - Alternate I
|
APR
1984
|
|
|
52.245-4
|
Government-Furnished
Property (Short Form)
|
JUN
2003
|
|
|
52.245-18
|
Special
Test Equipment
|
FEB
1993
|
|
|
52.245-19
|
Government
Property Furnished "As Is"
|
APR
1984
|
|
|
52.246-24
|
Limitation
Of Liability--High-Value Items
|
FEB
1997
|
|
|
52.249-9
|
Default
(Fixed-Priced Research And Development)
|
APR
1984
|
|
|
52.249-14
|
Excusable
Delays
|
APR
1984
|
|
|
52.253-1
|
Computer
Generated Forms
|
JAN
1991
|
|
|
252.201-7000
|
Contracting
Officer's Representative
|
DEC
1991
|
|
|
252.203-7001
|
Prohibition
On Persons Convicted of Fraud or Other Defense-Contract-Related
Felonies
|
DEC
2004
|
|
|
252.204-7000
|
Disclosure
Of Information
|
DEC
1991
|
|
|
252.204-7002
|
Payment
For Subline Items Not Separately Priced
|
DEC
1991
|
|
|
252.204-7003
|
Control
Of Government Personnel Work Product
|
APR
1992
|
|
|
252.205-7000
|
Provision
Of Information To Cooperative Agreement Holders
|
DEC
1991
|
|
|
252.209-7004
|
Subcontracting
With Firms That Are Owned or Controlled By The Government of a
Terrorist
Country
|
DEC
2006
|
|
|
252.225-7001
|
Buy
American Act And Balance Of Payments Program
|
JUN
2005
|
|
|
252.227-7013
Alt I
|
Rights
in Technical Data--Noncommercial Items (Nov 1995) - Alternate I
|
JUN
1995
|
|
|
252.227-7014
Alt I
|
Rights
in Noncommercial Computer Software and Noncommercial Computer Software
Documentation (Jun 1995) - Alternate I
|
JUN
1995
|
|
|
252.227-7015
|
Technical
Data--Commercial Items
|
NOV
1995
|
|
|
252.227-7016
|
Rights
in Bid or Proposal Information
|
JUN
1995
|
|
|
252.227-7017
|
Identification
and Assertion of Use, Release, or Disclosure Restrictions
|
JUN
1995
|
|
|
252.227-7019
|
Validation
of Asserted Restrictions--Computer Software
|
JUN
1995
|
|
|
252.227-7020
|
Rights
In Data--Special Works
|
JUN
1995
|
|
|
252.227-7021
|
Rights
In Data--Existing Works
|
MAR
1979
|
|
|
252.227-7026
|
Deferred
Delivery Of Technical Data Or Computer Software
|
APR
1988
|
|
|
252.227-7027
|
Deferred
Ordering Of Technical Data Or Computer Software
|
APR
1988
|
|
|
252.227-7037
|
Validation
of Restrictive Markings on Technical Data
|
SEP
1999
|
|
|
252.227-7039
|
Patents--Reporting
Of Subject Inventions
|
APR
1990
|
|
|
252.232-7010
|
Levies
on Contract Payments
|
DEC
2006
|
|
|
252.235-7010
|
Acknowledgment
of Support and Disclaimer
|
MAY
1995
|
|
|
252.235-7011
|
Final
Scientific or Technical Report
|
NOV
2004
|
|
|
252.243-7002
|
Requests
for Equitable Adjustment
|
MAR
1998
|
|
|
252.245-7001
|
Reports
Of Government Property
|
MAY
1994
|
|
|
252.246-7001
Alt II
|
Warranty
Of Data (Dec 1991) - Alternate II
|
DEC
1991
|
|
|
PLACE
OF PERFORMANCE
|
NAME
AND ADDRESS OF OWNER AND OPERATOR OF THE PLANT OR FACILITY IF OTHER
THAN
OFFEROR OR RESPONDENT
|
|
|
NAME
OF COMPANY
|
CodaOctopus,
Inc.
|
|
|
STREET
ADDRESS
|
100
14th
Avenue South
|
|
|
CITY
|
Saint
Petersburg
|
|
|
STATE
|
FL
|
|
|
COUNTY
|
||
|
ZIP
CODE
|
33701
|
|
DOCUMENT
TYPE
|
DESCRIPTION
|
DATE
|
|
|
Attachment
J.1
|
CODAOCTOPUS
INCORPORATED
MARITIME
PORT SECURITY COUNTERTERRORISM INITIATIVE UNDERWATER INSPECTION
SYSTEM
|
15
JUN 07
|
|
|
PROPRIETARY
DO NOT RELEASE
|
|||
|
Attachment
J.2
|
Contract
Data Requirements (CDRLs) - DD FORM 1423-1
|
05
APR 07
|
|
|
A001
|
Progress,
Status and Management Reports
Monthly
Status Report (MSR)
|
||
|
A002
|
Presentation
Material
Conference
Minutes Report, Record of
|
||
|
Meeting/Minutes
|
|||
|
A003
|
Manuals
for UIS Owner’s Manual
|
||
|
A004
|
System
Support for One Year Documentation
|
||
|
Attachment
J.3
|
252.227-7017
Identification and Assertion of Use, Release, or Disclosure Restrictions.
(Jun 1995)
|
02
JUN 07
|
|