Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2018 FBO #5993
SPECIAL NOTICE

C -- PROFESSIONAL NAVAL ARCHITECT AND MARINE ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS

Notice Date
4/19/2018
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, DAO, 7737 Hampton Boulevard, Building 19, Suite 300, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
MAPR61518000747
 
Point of Contact
William A. Wile, Phone: 7573225806, Milton G Spears, Phone: (757) 593-3540
 
E-Mail Address
william.wile@dot.gov, glen.spears.ctr@dot.gov
(william.wile@dot.gov, glen.spears.ctr@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MAPR61518000747 PROFESSIONAL NAVAL ARCHITECT AND MARINE ENGINEERING SERVICES REQUEST FOR QUALIFICATIONS FOR ALTERATIONS TO TS EMPIRE STATE. ATTENTION: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD AND THIS IS NOT A REQUEST FOR QUOTATIONS OR PROPOSALS. THIS REQUEST FOR QUALIFICATIONS IS A total small business Set-Aside. CONSIDERATION IS RESTRICTED TO FIRMS THAT MEET The Small Business size standard WHICH is $38.5 Million average annual receipts over the past three years. This procurement will result in one fixed-priced, Architect-Engineer contract for naval architect and marine engineering services for the U.S. Maritime Administration (MARAD). These services will be procured in accordance with 40 U.S.C Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The contract will be to provide regulatory body approved plans, specifications and cost estimate for upgrades to the State University of New York Training Ship EMPIRE STATE to include: •· Marine Evacuation Slide •· New PA and Dial Telephone System •· Supplemental Fresh Water Mist Fire Protection for Engine Room •· Addressable Fire Alarm •1. INTRODUCTION •1.1. MARAD is an agency of the United States Department of Transportation. MARAD's Division of Atlantic Operations (DAO), Norfolk, Virginia, requires the services of an Architect-Engineer (A-E) with strong qualifications in Naval Architecture and Marine Engineering capabilities to provide professional A-E services in relation to the above-mentioned upgrades to TS EMPIRE STATE. •1.2. The TS EMPIRE STATE was originally constructed as a Cargo Ship (non-tanker) under ABS Rules and the rules of SOLAS 1960. Conversion to a Public Nautical School Ship took place in 1989. As a Public Nautical School Ship, the regulations of 46 CFR 167 in addition to SOLAS rules for a Cargo Ship (non-tanker) applies. •1.3. Vessel characteristics include: •· NAME: TS EMPIRE STATE (ex OREGON) •· TYPE: S5-S-MA1ua Single-screw Steam Powered Training Vessel •· OFFICIAL REGISTRY NO.: 287875 •· CLASSIFICATION: ABS •· BUILDER: Newport News Shipbuilding •· COMMISSIONED: 1962 •· LENGTH OVERALL: 565 feet •· BEAM: 23 feet •· DESIGN DRAFT: 28 feet •· DEADWEIGHT: 14,620 tons •· CRUISING SPEED: 15 knots •· COMPLEMENT: COI Crew 14, Other Crew 92, and up to 666 Cadets •· USCG CERTIFICATION: Public Nautical School Ship •· ABS CLASSIFICATION: 6204721 A1, AMS •· MAIN ENGINE: Steam Turbine 17,500 HP •· MAIN GENERATORS: 1500 KW •2. CONTRACT INFORMATION •2.1. The North American Industry Classification System (NAICS) code for this acquisition is 541330 Marine Engineering and Naval Architecture. The small business size standard is $38.5 Million. •2.2. The selection procedure of this acquisition shall be in conformance with Public Law 92-582 (Brooks A-E Act) and FAR Part 36. Award of a fixed priced A-E Services contract is anticipated. The magnitude of this acquisition is anticipated to be between $100,000 and $250,000. •3. PROJECT INFORMATION •3.1. Firm, Fixed Price A-E Services Contract •3.1.1. The selected A-E shall provide estimates, drawings and specifications for individual design projects: •· Marine Evacuation Slide •· New PA and Dial Telephone System •· Supplemental Fresh Water Mist Fire Protection for Engine Room •· Addressable Fire Alarm •3.1.2. All work must comply with the requirements of the USCG, ABS and SOLAS. •4. SELECTION CRITERIA An evaluation board will review qualification statements, past performance information, and make a recommendation to the selection authority of the three most highly qualified firms responding to this notice. In arriving at its recommendation, the board will apply the selection criteria below listed in descending order of importance: •4.1. Specialized Experience and Technical Competence. SF-330, Part I, Section F. Firms will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this requirement in terms of recent and relevant experience with regards to the types of tasks listed at 3.1.1. Firms shall list only current projects or projects completed by the firm(s) in the past three years from the response due date of this Notice. Evaluators will consider the relevancy of projects identified as it relates to firm's specific experience in performing tasks listed in 3.1.1. All required example projects must be completed by the respondent. Projects completed more recently will be evaluated more advantageously. Identify any key personnel in SF-330, Part I, Section G that worked on the projects and their role. Specialized experience and technical competency will be evaluated for ability to support the design work described in 3.1.1. •4.2. Key personnel's professional qualifications and specialized experience in naval architectural and marine engineering services described in Selection Criteria 4.1. Key personnel are identified as Project Manager, Project Naval Architect, Project Marine Engineer, Senior Engineer, Senior Designer, Cost Estimator, and Specification Writer. Provide a maximum of five (5) relevant projects completed within the past three years for each key person which best describe recent specialized experience in the specified design and engineering services discussed above. Should more than five projects be submitted, only the first five will be considered and the remaining projects will be disregarded. Each project shall include: Point of contact name (Engineer in Charge/Owner, e-mail address, phone number, contract number or project identification number, contract completion date and contract award amount). •4.3. Capacity. Within the SF-330, Part I, Block H, demonstrate how the firm will manage, coordinate and administer the work including work to be performed by subcontractors. Firms with greater capacity shall be given more consideration in the selection process. Subcontractors, if any, to be utilized should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. SF-330, Part II, Block 11 will be evaluated to assist in determining this factor. SF-330 Blocks C, D, and F will also be evaluated to support this criterion. SF-330, Part II shall be provided for the specific prime office expected to lead this effort and subcontractors proposed to perform the work. In Block 9c (1), enter the total number of employees for the firm and in Block 9c (2) enter the total number of employees for this office. Responses will be evaluated to determine the following requirements: •4.3.1. capacity to perform work in-house and with subcontractors (if any); •4.3.2. strength of project management to include administrative, communications, project tracking, and issue resolution; and •4.3.3. address current dollar value of work, established offices that can support such work and management approach to your on-going work. •4.4. Past Performance. SF-330 Block H. For the example projects provided under Specialized Experience and Technical Competence, cite past performance in terms of cost control, quality of work and compliance with performance schedules. The firm shall provide reference information to include project name, contract number, point of contact, current phone number, and email address for each project provided under Specialized Experience and Technical Competence. Successful performance on past projects similar to the types of work listed in 3.1.1 will be given greater consideration. •5. ORAL PRESENTATION •5.1. In addition to submission of the SF-330 (latest version) A-E Qualifications, discussions will be held with at least the top three most highly qualified firms regarding furnishing of the required services. •6. SUBMISSION REQUIREMENT •6.1. A&E firms responding to this announcement must submit all required documents electronically to Mr. W. Alan Wile via email to: William.Wile@dot.gov. Electronic documents are acceptable in PDF or MS Office file formats. The page limitation for the SF 330 (latest version) is 30 pages. Your response (SF 330) must be delivered at the address below on or before 2:00 PM, ET on May 21, 2018. Additional contact information for Mr. Wile is provided below: Mr. W. Alan Wile Contracts Officer U.S. Department of Transportation Maritime Administration - DAO 7737 Hampton Boulevard Building 19, Suite 300 Norfolk, VA 23505 Phone: (757) 322-5806 Blackberry: (757) 619-7779 Fax: (757) 322-5857/5858
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/MAPR61518000747/listing.html)
 
Place of Performance
Address: TS EMPIRE STATE, SUNY Maritime College, 6 Pennyfield Avenue, Bronx, New York, 10465, United States
Zip Code: 10465
 
Record
SN04895509-W 20180421/180419230731-ebb46e9e3aa891c9da2aa5999a862c57 (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.