Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
SOLICITATION NOTICE

C -- ARCHITECTURAL DESIGN SERVICES - REFIT OF THE RESEARCH VESSEL STICKLEBACK.

Notice Date
2/16/2010
 
Notice Type
Presolicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ER TEAM A, ACQUISITION AND GRANTS BRANCH12201 SUNRISE VALLEY DRIVE, MS152, ROOM 3A305 RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
10ERSS0045
 
Response Due
3/2/2010
 
Archive Date
2/16/2011
 
Point of Contact
KRISTINE L MURRAY CONTRACT SPECIALIST 6082702446 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of the Interior, U.S. Geological Survey (USGS) has a requirement for ARCHITECTURAL DESIGN SERVICES - REFIT OF THE RESEARCH VESSEL STICKLEBACK. The Stickleback is a former US Coast Guard Patrol/Rescue boat. For the USGS, it is used as a Fisheries Research Vessel capable of trawling, gillnetting, overboard instrument sampling and hydroacoustic sampling. It is located at the marina in Washburn, WI. Aboard the Stickleback, deck equipment has already been installed, including a trawl net reel, roller, winches, gallows, gillnet lifter, instrument winch and sorting table. The existing Cummins 903 engines, designed for speed, are fuel inefficient and are at the end of their service life. They are also very large, making installation of hydraulics and electrical systems impossible in the engine compartment. It is intended that these engines be replaced with smaller, fuel efficient engines that will allow space in the engine compartment for the hydraulic system and a ship's service electrical generator. Stability calculations will also need to be done to ensure proper stability with the new mechanical equipment.. The specific design requirements will include the following: 1) determine performance specifications and recommend type/brand/model of a hydraulic system and generator; 2) design lake water wash down system with sufficient flow and pressure to be determined with consultation with LSBS personnel; 3) design navigation lights to show Restricted Maneuverability; 4) design canopy system for deck fish processing area; 5) design hoist system for A-frame; 6) design a sonar tube deployment system for hydro-acoustic and searchlight sonar equipment; 7) calculate stability data; and 8) design the installation of all items. Design must satisfy the following performance requirements for the vessel: 1) transit cruising speed of 18-20 knots; 2) trawling speed to be determined with consultation between LSBS personnel and ship architect/marine engineer; and 3) electrical capacity to support hydraulics, ship's service including ROV (120V 650-1000W), 3 personal computers, refrigerator, microwave, and other small appliances. This notice is an invitation for all eligible A&E firms who have the qualifications required to perform the work to submit a completed SF 330. The associated solicitation number is 10ERSS0045. Responses are due on Tuesday, 03/02/2010 at 2:00 pm CST. This requirement is being issued as set aside for small business competition. The applicable North American Industry Classification System (NAICS) code is 541330. The associated small business size standard is $18.5M. There is not an incumbent contractor. All A&E firms responding to this announcement shall submit a completed SF 330. Please provide the following additional information on the form: Tax Identification Number (TIN) and DUNS number. All contractors doing business with the Government are required to be registered in the Central Contractor Registry (CCR). For additional information, or to register with CCR, access http://www.ccr.gov. All A&E firms responding to this announcement will be evaluated on the following criteria: 1. Professional qualifications necessary for satisfactory performance of required services; 2. Specialized experience and technical competence in the type of work required; 3. Capacity to accomplish the project in the required time; 4. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5. Knowledge of the marine requirements associated with research vessels operating in the Great Lakes region. The successful firm will be awarded a Firm-Fixed Price contract based solely on the data contained in the SF-330, references, and questions and answers of pre-selected firms. Upon successful completion of negotiations with the selected firm, the contract will be issued. This acquisition will be awarded above the Simplified Acquisition Threshold of $100,000.00. Electronic (kmurray@usgs.gov) responses will be accepted and are encouraged. Facsimile (fax 608-270-2415) responses will also be accepted. IF mailing your response, it MUST be mailed to US Geological Survey, Attn: Kris Murray, 6006 Schroeder Road, Madison, WI 53711. Responses are due on Tuesday, 03/02/2010 at 2:00 pm CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10ERSS0045/listing.html)
 
Record
SN02066306-W 20100218/100216234826-2e6c618d9e0d34bf50fb3e493b98dbd9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.