Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SOLICITATION NOTICE

C -- AE Services for Marine Design Center, Dredge Fleet

Notice Date
12/8/2020 12:50:17 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU20R0032
 
Response Due
12/23/2020 2:00:00 PM
 
Archive Date
01/07/2021
 
Point of Contact
Richard Rivera, Phone: 2156566563, Jamaal A. Edwards, Phone: 2156563241
 
E-Mail Address
richard.rivera2@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL
(richard.rivera2@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-Solicitation Announcement: This is not a request for proposals. The Philadelphia District U.S. Army Corps of Engineers (USACE) intends to post the solicitation on or around the 23nd of December 2020 to award one, five-year Indefinite Delivery Contract to support the Marine Design Center (MDC) which is the Army Corps of Engineers� National Center of Expertise for Naval Architecture and Marine Engineering. The principle geographic areas of responsibility for this project is anywhere within the worldwide geographic footprint of the Marine Design Center work for other Government Agencies and work for overseas projects could be a part of this contract. USACE Philadelphia intention is to award one, five-year indefinite delivery contract, having a total capacity of $15,000,000.00 with the average task order value of work being estimated to be $100,000.00 with an estimated maximum value of $1,000,000.00. The guaranteed minimum for the contract term will be $10,000.00 and will be satisfied by the simultaneous award of a task order with the base contract. The NAICS code for this procurement is 541330 with a size standard of $41.5M and will be a 100% Small Business Set-Aside.� PROJECT INFORMATION:� Following award of the IDIQ Contract, the actual scope of work to be performed will be defined in detail under each individual Task Order. Task Orders will be negotiated and issued as firm fixed price orders under the terms and conditions of this IDIQ Contract. The Government is under no obligation to issue any particular number or type of orders. Labor rates for each discipline, overhead rates and escalation factors for each calendar year of the contract will be negotiated in the base contract with negotiated escalation factors applied to the years of the contract.� When determining whether work should be placed under this contract as opposed to other available sources, the Government will consider 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 The principle geographic areas of responsibility for this contract is anywhere within the worldwide geographic footprint of the Marine Design Center work for other Government Agencies and work for overseas projects could be a part of this contract. ANTICIPATED SCOPE Task orders will include design and engineering support in the following areas including but not be limited to: ����������� Feasibility studies ����������� Naval Architecture ����������� Marine Engineering ����������� Marine Electrical Engineering ����������� Hybrid Power System Engineering ����������� Dredging Engineering, ����� ������Dredge Hopper Pump Out Discharge Systems ����������� Ballast Water Treatment, and Vessel VGP design & engineering ����������� Regulatory (ABS, USCG, API) compliance ����������� Vessel overhauls and life extension projects ����������� Facilities Engineering Maintenance System (FEMS) Maintenance processes, and items ����������� Vessel energy efficiency optimization ����������� Propulsion type evaluation ����������� Propulsion sizing and design ����������� CRPP system design incorporating draft and velocity sensing. ����������� Structural modeling (FEA), both steel and aluminum ����������� Computer-aided design and drafting (CADD) ����������� Computational Fluid Dynamics (CFD) analyses ����������� Tank testing ����������� Sea keeping and motion analyses ����������� Load Management Program Development and Support (GLM) ����������� Dynamic Positioning System Analyses ����������� Hopper Pump-Out Mooring System Analyses ����������� Acoustic and vibration engineering ����������� Preliminary design, ����������� Contract level design ����������� Detailed (final) design ����������� Detailed weight estimating ����������� Cost Estimates ����������� Vessel laser scans ����������� Vessel Photogrammetry ����������� Dredge hopper volume calibration to API tank capacity calibration standards. ����������� Sea Trials support, including propulsion shaft line instrumentation and HP measurement And ����������� Related design studies, analysis and reports. ����������� Vessel Inclining Tests ����������� Vessel inspections and condition evaluations ����������� Shipyard Engineering phase support ����������� Shipyard construction inspections Additional Information: This is not a request for proposals. (A) All contractors are advised that registration in the System Award Management System (SAM) at www.sam.gov is required prior to submission of your SF330s to the solicitation.� Failure to be registered in SAM 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 SAM website at www.sam.gov. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://vip.vetbiz.va.gov/� (B)�The Solicitation is expected to be posted on or around the 23nd of December 2020. (C) The point of contact for this Pre-Solicitation announcement is Richard Rivera who can be reached at Richard.rivera2@usace.army.mil and the alternate is Jamaal Edwards at Jamaal.a.edwards@usace.army.mil (D) 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.� This is not a request for proposals.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f233ef7f44049e19e7fd177eab8f871/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05868809-F 20201210/201208230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.