Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

C -- PROFESSIONAL NAVAL ARCHITECTURAL AND MARINE ENGINEERING SERVICES IN SUPPORT OF VARIOUS NOAA VESSELS - Amendment 3

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NMAN7200-14-00205
 
Point of Contact
MICHELLE M BLAKE, Phone: 757-441-3870, Emily Clark, Phone: 757-441-6875
 
E-Mail Address
MICHELLE.BLAKE@NOAA.GOV, emily.clark@noaa.gov
(MICHELLE.BLAKE@NOAA.GOV, emily.clark@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 0003 The National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division, Norfolk, VA, on behalf of the Office of Marine and Aviation Operations (OMAO), is seeking small business firms that are highly qualified to provide services of Architect-Engineer (A-E) Naval Architecture and Marine Engineering in support of the various vessels assigned to OMAO. The Government anticipates awarding multiple Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. Each contract will have a sixty (60) month ordering period. The maximum total dollar amount to be awarded and shared among all contracts shall not exceed $8.1 million. Should it be in the Government's interest to award a single IDIQ contract in lieu of multiple contracts, the single contract will have a sixty (60) month ordering period with a maximum value of $8.1 million. The contracts shall have a minimum contract guarantee amount of $5,000.00. Each task order will have a scope of work that will describe the specific project requirements and the length of its performance period. The performance period of individual task orders may vary based on the level of effort required by the scope of work. Task orders may be issued on a firm fixed-price, time and materials or labor hour basis. The primary work site will be at the contractor's facility; however, performance may be required at the Marine Operations Center offices and aboard NOAA ships and boats in U.S. ports, at sea, and at sites throughout the world. Task orders will be awarded in accordance FAR 36.6 Architect-Engineer Services and the terms of the contract. This acquisition is 100% set-aside for small business concerns. The applicable North American Industry Classification System (NAICS) Code is 541330, Engineering Services, specifically Marine Engineering and Naval Architecture, with an applicable size standard of $38.5 million. Federal Acquisition Regulation (FAR) clause 52.219-14 entitled "LIMITATIONS ON SUBCONTRACTING" is applicable to this acquisition, requiring that at least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern. NOAA currently operates and maintains ships as identified on the NOAA Marine Operations website http://www.moc.noaa.gov/, including oceanographic, fisheries, and living marine resource research ships, as well as hydrographic survey ships between 726 and 3,250 long tons of displacement. The smallest of these is a steel small waterplane area twin hull (SWATH); all others are steel monohulls. NOAA also operates and maintains boats in support of oceanographic, hydrographic, or fisheries research projects. These include rigid hull inflatable boats (RHIBs) or aluminum hull boats that may be carried on board NOAA ships or involved in near coastal research work. These boats vary in size up to 50 feet (15 meters) in length. A boat's type, make, and configuration will vary in size depending upon its intended purpose. SCOPE: Tasks may involve single or multiple disciplines, and will include a variety of assignments including, but not limited to: 1. Development of engineering specifications and drawings for alterations, designs, construction, repairs, maintenance, requirements, feasibility, conceptual, and preliminary design studies of ships, boats and related support systems. 2. Conducting design studies to develop procurement specifications, associated drawings, cost estimate(s), and government-furnished Equipment (GFE) procurement specifications for construction, repair, and alteration of ships, small boats, and related support systems. 3. Conducting detail design studies on ship systems to develop engineering specifications and drawings, cost estimate(s), schedules, and labor estimates for construction, repair, and alterations of ships, small craft and related support systems. 4. Conducting stability tests, prototype installations, predictive and preventative maintenance analyses, engineering inspections and tests, weight and moment analyses, trim and stability analyses, preparation of weight reports and trim and stability booklets, and other ship system analyses for OMAO vessels. 5. Conduct fleet support studies, economic analyses, and operation research analyses for fleet maintenance, operation, modernization, alteration and logistic support. 6. Provide deliverable materials for computer-aided design (CAD), drafting and engineering products, drawings, calculations, reports, and graphics. 7. Coordinate with required subcontractor American Bureau of Shipping (ABS) as necessary to maintain ships in classification and compliance with statutory requirements. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS Submit your qualifications on GSA Standard Form (SF) 330 ("ARCHITECT-ENGINEER QUALIFICATIONS", OMB No. 9000-0157) and follow its instructions except as modified below. ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT THE SF330 IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. SELECTION CRITERIA: Selection shall be in accordance with FAR Part 36.6. Criterion 1 and 2 are of equal importance to each other and combined are more important than criterion 3, 4 and 5, which are listed in descending order of importance. Each potential contractor will be evaluated in terms of its: 1. Specialized Experience and Technical Competence (SF330, Section F) 2. Professional Qualifications (SF330, Section E) 3. Past Performance (SF330, Section H) 4. Capacity (SF330, Section H) 5. Quality Control Program (SF330, Section H) SF330s will be evaluated to determine the most highly qualified firm(s) based on the responses to the selection criteria described herein. CRITERION 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Demonstrate specialized experience and technical competence in the technical specialties below. This list is provided for reference and does not exclude other areas of experience or competence, which may be presented as pertinent to this requirement. 1) Hull Systems a) Hydro mechanics b) Machinery foundations c) Structural design d) General arrangements e) Structural maintenance and repair f) Cathodic protection 2) Ship Control Systems a) Helm b) Engine c) Rudder d) Navigation e) Communications f) Research ship mission operations 3) Mission Support Systems a) Living marine resource handling and laboratory systems b) Computer systems c) Communication systems d) Hydrographic sensor and plotting systems e) Oceanographic sensor and laboratory systems f) Scientific mission computer systems g) Scientific mission communication systems 4) Deck Machinery Systems a) Weight handling systems (scientific mission support) i) A-Frames ii) J-Frames iii) Cranes iv) Platforms b) Winches c) Deck Machinery d) Ship's launches 5) Propulsion and Control Systems a) Main propulsion b) Propellers c) Diesel engines d) Machinery controls e) Automated plant controls f) Gears g) Shafting h) Diesel electric engines 6) Auxiliary Systems a) Pump and associated piping service systems b) Compressor and associated piping service systems c) HVAC systems d) Hydraulic systems e) Potable water systems f) Waste systems (solid, oil, and water) g) Steering systems h) Rudder systems 7) Electrical Systems a) Power generation b) Power distribution c) Interior communications d) Lighting systems e) Conditioning 8) Berthing, Messing, and Habitability Systems a) Crew support services b) Passenger support services 9) Ship Support Systems a) Ship logistic support management b) Commercial regulatory standards c) Computer aided logistic support d) Hazardous materials management e) Economic analysis f) Computer and CAD applications g) Machinery condition analysis h) Vibration analysis i) Infrared analysis CRITERION 2 - PROFESSIONAL QUALIFICATIONS: Key personnel are defined as those personnel who will have major contract responsibilities and/or provide unusual or unique expertise. Provide professional qualifications and capabilities of the key personnel to be asigned to this contract (grouped by firm, with personnel of the prime contractor first). Qualifications of staff will be considered if the individuals are permanent employees of the prime contractor or if the prime contractor clearly demonstrates that it has teaming and subcontracting arrangements in place which gives the prime contractor management authority over these individuals. Minimum qualifications of key personnel and other staff are provided in Attachment 1. Include recent experience in performing tasks relevant to the list in Criterion 1. The Program Manager or Senior Technical Manager shall be a registered professional engineer. Submit resumes for key personnel in Section E of the SF330. Resumes should cite project specific experience and the individual's proposed role in the proposed contract. Include each proposed key person who will participate significantly in the work required for this contract. Each resume shall include projects that best illustrate the individual's qualifications and experience relevant to the requirements of this contract. Provide resumes only for those key personnel who will actually perform work under the proposed contract. Key personnel identified under this criterion should also be shown with their roles on the Organizational Chart provided under Section D of the SF330. Identify the state and discipline of actively licensed professional engineers. Identify personnel with specialty certifications and the credentialing bodies that granted them. CRITERION 3 - PAST PERFORMANCE: The Government will evaluate past performance using the projects listed by the firm in Section F of the SF330. The evaluation will consider the team's past performance on relevant contracts with government and/or commercial projects in terms of cost control, quality of work, and compliance with performance schedules. Points of contact provided in the SF330 may be contacted. The prime contractor and its proposed team/subcontractors will be evaluated based on past performance assessments and other available information regarding past performance. Where there is no record of past performance, the firm will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. In Section H of the SF330, submit an A-E Contractor Appraisal Support System (ACASS) or Contractor Performance Assessment Report System (CPARS) evaluation for each project listed under Criterion 1. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for the client's project point of contact. Submitted ACASS/CPARS evaluations will not be counted as part of the page limitation and shall be attached to the SF330, behind the SF330 Part II document. For projects provided in support of past performance in Section F of SF330, list and provide copies of any applicable performance awards received (not counted in the 40 page limitation for SF330, Part I). Clearly indicate to which Section F project the award relates; otherwise the information may not be considered. CRITERION 4 - CAPACITY: The evaluation will consider the firm's capacity to accomplish the work in the required time. Firms will be evaluated based on projected workload and staffing, and ability to meet the requirements of FAR 52.219-14, LIMITATIONS ON SUBCONTRACTING. Firms must demonstrate capacity to work on multiple projects in dispersed locations. On form SF330, Section H, indicate the firm's present and projected workload (including project type, dollar amount, and complexity), staffing plan, (including location of staff), and the availability of the proposed team for this contract performance period. Provide any additional information pertinent to the firm's capacity to meet the FAR 52.219-4 requirement that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. Demonstrate capacity to accomplish multiple task orders simultaneously with overlapping delivery dates. CRITERION 5 - QUALITY CONTROL PROGRAM: The evaluation will consider the firm's corporate quality control program, processes and procedures, and assigned authorities for the Quality Control (QC) program to ensure technical accuracy of the A-E work product and effective cross-coordination among firms. For firms teaming with offices in a variety of locations, describe how the QC effort will be implemented across the various team offices. Describe from which office the QC program will be managed/coordinated and the plan/methods to ensure effective QC and communication between offices. Firms that demonstrate a QC process that will minimize the Government's quality assurance (QA) effort in reviewing the A-E's work product may be considered more favorably in the evaluation. Submittal of broad or generic quality control manual is not acceptable. Provide a description of the steps the project team will use for each of the tasks under the proposed contract that relate to: (1) Management of workload, coordination between team members, and assignment of tasks to appropriate personnel across all disciplines; (2) Use of appropriate technical methodology, technical and regulatory accuracy, consistency between resource topics in a single document; (3) Illustrate successes in ensuring quality and identify any commendations or evaluations regarding QC; (4) In addition to technical document preparation, discuss how the project team proposes to provide quality service in terms of understanding government client objectives, following government-provided document forms and templates, providing timely responses to Government requests, and reducing government time and effort required to manage the contract; (5) Of special interest are the quality control processes for checking documents in place that minimize the Government's need to perform quality assurance reviews of the A-E's work product for errors, omissions, and quality across all disciplines. SUBMITTAL REQUIREMENTS: Qualified firms are invited to submit a completed SF330. Documents shall be annotated with identification number NMAN7200-14-00205. The SF330, Part I, is limited to forty (40) single-sided 8-1/2 inch x 11 inch pages. A page refers to one printed side of a piece of paper (e.g., 20 pieces of paper printed on both sides equates to 40 total pages). The only exception is the Organization Chart that may be an 11 inch X 17 inch page, with half inch margins and one-sided. The SF330 shall include a completed Part II for each team member and branch office identified in Part I. There is no page limit for Part II. Submit one (1) original and four (4) hard copy packages of the SF330 in 3 ring binders (comb bound proposals will not be accepted). Minimum font size is 10 point for Parts I and II, excluding any pre-formatted font in SF330 forms. Margins will be ½ inch on non-SF330 pages. Firms shall fully complete Part I, Sections A through C of the SF330. In Section B, block 5, firms shall provide their DUNS number in addition to the name of the firm. Under Part 1, Section D, in addition to the instructions provided for the SF330, provide an organizational chart that identifies the overall relationship and lines of authority of the proposed team. Non-key personnel may also be shown on the organizational chart. The organizational chart will not be counted as part of the page limit for Part I, but it must be affixed to the submittal to prevent separation in handling. Firms that elect to propose as a joint venture (JV) or Limited Liability Company (LLC) (as a separate legal entity) shall submit their legally binding formal JV or LLC agreement(s) along with their Standard Form (SF) 330. All such agreements shall be signed by the parties and shall demonstrate the relations between firms and identify contractual relationships and authorities to bind them. The JV or LLC shall also be registered in the System for Award Management at https://www.sam.gov at the time of SF330 submission. The legal documentation verifying the JV or LLC will not be considered part of the page limit for SF330 submission. Joint Venture agreements shall be submitted in Section H, Additional Information of the SF330. Section I shall be signed and dated by the Offeror's Authorized Representative. Additional Information: THIS IS NOT A REQUEST FOR PROPOSAL - DO NOT SUBMIT PRICE PROPOSALS AT THE TIME OF SF330 SUBMISSION. All information must be included in the SF330 package. Cover letters, excess number of pages and attachments other than those prescribed herein will be excluded from the evaluation process. In accordance with Selection of Architects and Engineers, 40 U.S.C. Chapter 11 (previously known as the Brooks Act), the firm must be a registered/licensed architectural and/or engineering firm and shall submit proof of this with the submission of the SF330. Specifically, section 901(1) of Selection of Architects and Engineers, 40 U.S.C. Chapter 11 requires that a firm be a legal entity permitted by law to practice the professions of architecture and engineering. In states where firms are required to be registered under state law, firms shall submit that information. Should the A-E be permitted by law to practice the professions of architecture and engineering in more states within the geographic region covered by the proposed contract, firms shall submit that information. In states where a firm is not required to be registered under state law, the name of the registered architect or engineer with their state registration number and business license is acceptable. Firms must submit proof with the SF330 that they have filed the Organizational Record Form for their principal office(s). All firms are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render a firm ineligible for award. SAM is a Federal Government owned and operated free website that consolidates the capabilities of CCR (Central Contractor Registration), ORCA (Online Representations and Certifications Application), and EPLS (Excluded Parties List System). It is the primary Government repository for current and prospective federal awarded information. Firms shall ensure you complete your SAM registration for the same name and address identified as the submitting office on your SF330, with its associated CAGE code, DUNS or DUNS + 4. Registration instructions and information can be accessed from the SAM home page at https://www.sam.gov. SUBMISSION REQUIREMENTS: Firms having capabilities to perform this work and desiring to be considered shall submit five hard copy packages, each consisting of one completed SF-330 (latest edition) submission for the project as follows: One (1) original hard copy of the SF330 Response to: DOC/NOAA Eastern Acquisition Division (EAD) Attn: Melissa R. Sampson 200 Granby Street, Suite 815 Norfolk, VA 23510 One (1) hard copy of the SF330 Response to: Department of Commerce Office of General Counsel Contract Law Division Attn: Florence Bridges 1401 Constitution Avenue, NW Washington, DC 20230 Three (3) hard copies of the SF 330 Response to: NOAA Office of Marine and Aviation Operations Marine Operations Center Attn: Geoff Wilkie, Naval Architect 2002 SE Marine Science Drive Newport, OR 97365-5275 Interested/qualified firms need not wait until the response due date to submit SF330 responses. Submittals received after the due date and time will be processed in accordance with FAR 15.208. Electronic submission is not approved and responses submitted by electronic means shall not be accepted. The original SF330 response due to EAD Norfolk constitutes the official-time stamp submission. It is the firm's responsibility to check the FEDBIZOPPS website at www.fedbizopps.gov for revisions to this announcement or other notices. Inquiries regarding this notice shall be submitted in writing no later than seven (7) business days prior to the response date to Michelle Blake, Contract Specialist, at michelle.blake@noaa.gov and simultaneously to Melissa R. Sampson, Contracting Officer, at melissa.r.sampson@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NMAN7200-14-00205/listing.html)
 
Record
SN04017584-W 20160213/160211234218-21ceee0aee4d666a4143d0e5b2c86772 (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  © 1994-2020, Loren Data Corp.