Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOURCES SOUGHT

C -- Architect and General Engineering for design of inland waterways and offshore vessels

Notice Date
4/25/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU18R0037
 
Archive Date
6/8/2018
 
Point of Contact
Michael W. Hughes, Phone: 2156566777
 
E-Mail Address
michael.w.hughes@usace.army.mil
(michael.w.hughes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses for the proposed contracts listed below. The Marine Design Center requires assistance in naval architecture, marine engineering, computer aided design and drafting (CADD), preliminary design, detailed (final) design, and design studies of workboats, towboats, special purpose barges and floating plant. PROJECT INFORMATION: The following primary evaluation factors are listed in descending order of importance. Within evaluation factor a, the bulleted elements are also in descending order of importance a. Organizational expertise and recent experience in the following areas: • design of workboats, towboats, special purpose barges and floating plant; to include subsystem/component specific design and integration • design and analysis related to high-speed aluminum craft. • regulatory body coordination on complex projects, to include the design approval and testing protocol (USCG & ABS) • CFD hull, propeller and rudder flow field analyses • design with emphasis on environmental considerations such as use of hybrid technology, features that incorporate emission reduction, and use of environmentally friendly fluids and other sustainable solutions • work boat and high speed craft propeller design and optimization. • design with consideration to life cycle costs to include ease and frequency of maintenance and ease of major component replacement • Finite element analyses • weight estimating • cost estimating • floating crane load handling analysis • design and engineering support to tier 2 and sub-tier 2 shipyards, including on site inspection and technical support b. Core staffing of professionally registered Naval Architect(s) and Marine Engineer(s), supported by either in-house or a demonstrated network of professionally qualified Mechanical Engineers, Electrical Engineers, Structural Engineers, Cost Estimators, and specialty sub-contractors. The organization for the contract, 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 software, to accomplish the work orders. All work shall be reviewed, approved and stamped by registered professional engineers. The key personnel to be assigned to this contract shall be identified. It is intended to award up to two five-year indefinite delivery contracts, having a total capacity of $5,000,000.00 each with a maximum delivery order limit of $1,000,000.00 each. SUBMISSION REQUIREMENTS: Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. Contractors should submit a completed SF330 Part II for the prime and any subcontractors. Contractor may add narrative statements which should include size/classification of your firm, details of similar projects, completion dates, references, and contract amounts. Narratives should be no longer than FIVE (5) pages. Include your DUNS number in your submission. Responses should be sent by email to Michael W. Hughes at michael.w.hughes@usace.army.mil, and email no later than 24 May 2018 at 12 PM EDT. Again, this is only a Sources Sought Notice to obtain information to be used by the government to make appropriate acquisition decisions only. This is not a Request for Proposals. The NAICS code for this procurement is 541330 with a size standard of $38.5 Mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU18R0037/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN04900971-W 20180427/180425230934-85191ee93966d9f2f9b7f41e63ce32bb (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.