Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6, 2000 PSA #2679
SOLICITATIONS

R -- MARINE DESIGN SERVICES FOR HABITABILITY PROJECTS

Notice Date
September 1, 2000
Contracting Office
Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051
ZIP Code
98314-0051
Solicitation Number
N00406-00-R-5230
Response Due
September 29, 2000
Point of Contact
David Clemens(360)476-4100
E-Mail Address
Contracting Officer (david_clemens@puget.fisc.navy.mil)
Description
Fleet & Industrial Supply Center Puget Sound intends on negotiating Basic Ordering Agreements (BOAs) for shipboard design services. The award of more than one BOA is anticipated. However, the Government will limit the number of BOAs awarded to the best-qualified firms in order to support efficient administration. The BOAs will be awarded in accordance with FAR Part 16.7. The period of performance will be three years with annual reviews. The BOA awardees will provide survey and design engineering services for habitability modifications to military vessels in response to individual orders against the BOA. Specific habitability design projects will be competed among BOA holders but the Government's Ordering Officers are not obligated to use the BOA. Award of a BOA does not guarantee orders and work is neither ordered nor guaranteed by the BOA. Orders under the BOA will be firm, fixed-price tasks. 1. Scope of Work. Habitability spaces include shipboard areas used for berthing, sanitary, messing, food preparation, personnel services, and ship systems that directly support human habitation. Habitability projects are typically performed on all classes of military vessels including aircraft carriers, amphibious craft, cruisers, destroyers, cutters, frigates, auxiliaries, support craft, and submarines. The area of performance is Washington, Oregon, California, Guam, Japan, and onboard military vessels homeported in those areas while deployed to the Middle and Western Pacific areas. The contractor will provide all marine architect/engineer and supporting technical personnel, material, management, equipment, and facilities to conduct shipchecks and prepare the necessary drawings and specifications to clearly describe the planned habitability modifications. The contractor will provide compartment arrangement and design detail information as deliverables on each order. The format of the deliverable specification document is defined in the BOA. Contractors holding BOAs are ineligible to perform (either as a prime or subcontractor) the habitability fabrication, repair, or installation work resulting from the specifications submitted. 2. Evaluation. Evaluation for award of the individual orders will be based upon factors defined in the RFQ for each order. Evaluation for award of the BOAs will be based upon qualification and past performance information submitted in response to this notice. The selection criteria are described below. Evaluation factors are shown in descending order of importance, with factors A through C as primary and of greater importance than factors D and E, which are each of secondary importance. A. Specialized Experience and Technical Competence. Specialized experience and demonstrated technical competence in (1) successfully managing and performing complex design projects involving berthing, messing, food preparation, and personnel services projects on U.S. Navy or Coast Guard vessels; (2) development of efficient, comfortable, aesthetically pleasing, functional, and safe designs making the best use of limited space on naval vessels; (3) significant and diverse experience in the preparation of complete specifications, drawings, and cost estimates for marine habitability projects on naval vessels; (4) detailed knowledge of NAVSEA MIL-SPECS, MIL-STDS, GEN SPECS, NAVSEA drawings and NAVSEA habitability lists. B. Professional Qualifications. Qualified personnel in the following areas: marine architects, marine engineers, designers, safety professionals, cost estimators/schedulers, and technical writers. Submitting firms should demonstrate the education, training, overall and specialized experience of all personnel anticipated to work on the BOA tasks. C. Past Performance. The best-qualified firms will demonstrate superior recent and relevant past performance on habitability design projects on U.S. Navy or Coast Guard vessels. Interested firms will provide customer points of contact who can comment on the firm's quality of work, compliance with delivery schedules and customer satisfaction. The Government reserves the right to consider credible and relevant past performance information from any source, including Government databases. D. Capacity. Demonstrate sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality design results under short deadline constraints specified on task orders. Best-qualified firms are those with the capability to handle up to three simultaneous orders, all in different parts of the BOA geographic coverage area. E. Geographic Proximity. Location of the firm in the BOA geographic area. 3. Submission Requirements. Interested firms having the capability to perform this work should indicate their qualifications by providing the information shown on the SF 254 and SF 255. (These forms can be found at http://www.gsa.gov/forms/pdf_files/sf254.pdf and http://www.gsa.gov/forms/pdf_files/sf255.pdf.) Blocks 9 and 10 on the SF-254 may be left blank. Previous projects listed in SF-255 Block 8 should be accompanied by a photograph or drawing and should include an e-mail address for the client (past performance) reference. Block 1 of the SF-254 must include the firm's DUNS, TIN, CAGE, e-mail address, web site (if any), and fax number. No separate solicitation for the BOA will be issued. Do not submit pricing information in response to this notice. Firms holding BOAs will provide offered prices for each order in response to individual RFQs. Submit all SF-254 and SF-255 information (original and one copy) to: Fleet & Industrial Supply Center Puget Sound, Regional Contracting Department (Attn: D. Clemens, 205.DC), 467 W. Street, Bremerton WA 98314-5120 no later than 4:00 pm Pacific Time on Friday 29 September 2000. The terms and conditions of the BOA, including the specific deliverable requirements for each order, will be posted to the FISCPS Contracting Department website by Friday 15 September 2000. The BOA will be posted on the following website: http://www.puget.fisc.navy.mil/Contracting/rfppage.htm Firms not registered in the Central Contractor Registration (CCR) database (http://www.ccr2000.com)will not be considered for a BOA. All responsible sources may submit information which shall be considered by Fleet & Industrial Supply Center Puget Sound. This procurement for commercial (FAR Part 12) services is unrestricted.
Record
Loren Data Corp. 20000906/RSOL014.HTM (W-245 SN492644)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com