SOURCES SOUGHT
C -- INDEFINITE DELIVERY CONTRACT FOR NAVAL ARCHITECTURE AND MARINE ENGINEERING SERVICES
- Notice Date
- 5/13/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-14-R-0019
- Response Due
- 6/12/2014
- Archive Date
- 7/12/2014
- Point of Contact
- Emily M Acedo-Malaney, 215-656-6912
- E-Mail Address
-
USACE District, Philadelphia
(emily.m.acedo-malaney@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: The Marine Design Center requires assistance in naval architecture, marine engineering, electrical, structural, modeling, computer-aided design and drafting (CADD), preliminary design, detailed (final) design and related design studies, analysis and reports. It is intended to award an indefinite delivery contract, having an estimated total value of $5,000,000.00 with a maximum task order limit of $1,000,000.00. The contract will be structured with a 12-month period for the base contract with options for up to four (4) additional 12-month periods, if deemed necessary by the Government. The award of an option shall be at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: Individual task orders will be allocated to the contract using the following criteria in descending order of importance: A.Relevant specialized experience noted in evaluation factor A of the selection criteria below B.Capacity to accomplish the task order in the required time C.Distribution of work Work for other Government Agencies and work for overseas projects could be a part of this contract. 3. SELECTION CRITERIA: The following evaluation factors, A through F, are listed in order of priority: A.Organizational expertise and recent experience applicable to marine workboats in: 1.Design of steel workboats, towboats, special purpose barges and floating plant, primarily for use on the shallow draft US inland and coastal waterways 2.Design for efficiency and environmental requirements 3.Floating crane and crane barge load handling analysis 4.Weight estimating and cost estimating 5.Design and engineering support to tier 2 and sub-tier 2 shipyards, including onsite technical support 6.Regulatory body (USCG and ABS) submittals and approval process 7.Knowledge and application of environmental technologies B.Core staffing of professionally registered Naval Architect(s) and Marine Engineer(s) supported by either in-house staff or a demonstrated (evident previous historical relationship) network of professionally qualified Acoustic/Vibration Engineers, FEA Analyst Engineers, Propeller Design and CFD Engineers, and specialty marine sub-contractors. The organization, including sub-contractors where applicable, shall be structured for contractual and practical ease of operation, and shall have at their disposal all necessary resources, including specialty marine software to include at minimum GHS, NavCad, AutoCad, Rhino, and Nei Nastran with FEMAP, to simultaneously accomplish the efforts under the contract. All work shall be reviewed and approved by registered professional engineers. C.Past performance, if any, of the firm with respect to performance on Department of Defense contracts and private contracts. D.Interface simplicity to the Marine Design Center with respect to ease of coordination and minimization of travel. E.Capacity to accept existing MDC electronic as well as paper or scanned data and drawings. F.Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the requirements described in this announcement are invited to submit a completed SF 330 Part I and II (revised 6/04) for the prime firm and for each sub-consultant to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, ATTN: Megan Coll, Philadelphia, PA 19107-3390 not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. All contractors are advised that registration in the DODs System for Award Management (SAM.gov) Database is required prior to award of a contract. Failure to be registered in the SAM Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the Web Site http://www.sam.gov or you may call (866) 606-8220 (available 24 hours, 7 days a week). As a requirement for negotiations, the selected contractor(s) will submit for government approval a quality control plan that will be enforced through the life of the contracts. The Contracting Officer reserves the right to terminate negotiations, with firms that do not respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541330 with a Size Standard of $35.5M. This is not a request for proposals. No other notification to firms for this project will be made.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-14-R-0019/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN03364760-W 20140515/140514021743-72950d9bcacdce84062f3dee519f6fee (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 |