Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2002 FBO #0083
MODIFICATION

99 -- Under Water Inspection Program Assessments

Notice Date
2/21/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Washington, 1435 10th Street Suite 3000, Building 218, Washington, DC, 20374-5063
 
ZIP Code
20374-5063
 
Solicitation Number
N47408-02-R-2305
 
Response Due
3/26/2002
 
Point of Contact
Clare Mitchell, Contract Specialist, Phone 202-433-5315, Fax 202-433-5244,
 
E-Mail Address
MitchellC@nfesc.navy.mil
 
Description
The work includes four (4) indefinite quantity contracts for miscellaneous design and engineering services for underwater facility assessments of Government waterfront facilities at various locations, worldwide. The general intention is for the contractor to provide design and engineering services that will be described and procured through appropriate task orders for each contract. The government intends to set aside two of the four contracts for Small Business. Two of the four contracts will be awarded on an unrestricted basis. Underwater assessment includes, but is not limited to, underwater inspection; engineering analysis of existing conditions in comparison to design requirements, previous inspection reports and/or drawings of the facilities; engineering calculations for structural analysis with or without previous design calculations; documentation of findings; and recommendations with cost estimates for follow-on actions. All underwater assessments will be performed under direct control and supervision of registered professional engineer-divers. For each underwater assessment, one registered professional engineer-diver shall be appointed as the engineer-in-charge (EIC). That EIC shall supervise the diving, dive at least 50% of the time, supervise the writing of the detailed inspection report, and write at least 50% of the detailed inspection reports. The other engineers on-site may write the balance of the inspection report. The EIC shall ensure that all diving is performed in accordance with OSHA standards. US citizenship is required for access to inspection sites. Additional products and services may include construction contract drawings and SPECSINTACT specifications; bid analyses; post construction award services (PCAS); Title II inspection services; engineering report review; database design, construction and population; procedures and guidelines reports; engineering calculations; static and dynamic structural and using computer modeling; three-dimensional structure modeling and rendering; seismic vulnerability assessments, including analysis of critical elements and development of retrofit schemes; water tank inspections in accordance with applicable standards of the American Waterworks Association and NAVFAC MO-210.9; and FHWA certified bridge inspections using NBIS standards for overland and over water bridges. A waterfront facility is defined as any structure located on the waterfront, in connection with, or potentially in contact with, water or the marine environment. This would include inland structures that require underwater investigations. Waterfront facilities include, but are not limited to, piers, wharves, bulkheads, quaywalls, offshore towers, potable water storage tanks, dams, water control structures; instrument support structures, dry docks, moorings, bridges, underwater cables, or any similar structure. The duration of the contracts will be for a period of one base year, with the possibility of two option years. The guaranteed minimum amount under each contract shall be $20,000 for the base year only. The estimated total amount contracted for each contract shall not exceed $2,500,000 per year. The selected firms for these contracts will be required to provide a fee proposal within ten days after receiving the Request for Proposal for each task order. Each task order will be fixed price. SF 254 and SF 255 provided for consideration should not exceed 20 pages total. Proposals shall be submitted electronically to FACCO_PROPOSALS@nfesc.navy.mil. It is the responsibility of the submitter to ensure that proposals are received at the above site. Submittals are due no later than 2:30 P.M. EST, March 26, 2002. Firms that wish to be considered for this project will be evaluated upon the following criteria. Criteria numbers one and two are of equal importance and the other criteria are shown in descending order of importance after criteria one and two. 1. Professional qualifications and technical competence of the team proposed for this project in the type of work required. Professional qualifications include professional registrations of the design personnel assigned to the project. Qualifications for all diving personnel include the ability to meet OSHA safety standards and dive industry standards. As well as professional qualifications for design personnel, diving team members will be evaluated upon certifications earned that are generally accepted certifications for the diving industry. 2. Specialized experience in the type of work required. This criteria includes experience in the following areas: a. Design and engineering services for repairs of waterfront structures using destructive and non-destructive (NDT) techniques. b. Static and dynamic structural analyses, including seismic vulnerability assessments and vessel/structure interaction analyses of waterfront facilities using computer tools. Evaluation of both impressed current and sacrificial anode type cathodic protection systems on submerged structures. c. Experience with and capability to provide engineering submittals in electronic format(s). (Submittals will include, but are not limited to: contract bid documents, web-enabled multimedia inspection reports, three dimensional models and renderings.) 3. Capacity of the firm to perform the work in the required time period. Capacity includes the firm?s ability to perform multiple tasks concurrently in the required timeframe. Condition assessment reports will be required with 60 to 120 days after completion of the field inspection, depending upon the number and size of the facilities inspected. 4. Quality control and safety assurance procedures for underwater inspections, report preparation, structural assessments and design services. A copy of firms? safe diving practices manuals, or diving operations manuals is required for review (the manual will not be returned.) 5. Past performance on projects of similar size and scope. In addition to the above criteria, the following considerations will be used in the case that firms are found to be equally qualified. It is the intent of the Department of Navy to award these contracts to firms that are the most highly technically qualified and these considerations will only be used in the case of equally technically qualified firms. a. Volume of work awarded by the Department of Defense (DOD) within the past 12 month with the idea of sharing the wealth of DoD contract dollars among highly qualified firms. b. Superior performance on past contracts. This may be demonstrated by providing copies o design awards, excellent performance evaluations, letters of recognition, etc. c. Commitments that firms are willing to make to small businesses, small disadvantaged businesses, etc., in subcontracting possibilities. POC: Clare Mitchell: mitchellc@nfesc.navy.mil (202) 433-5315
 
Place of Performance
Address: Various Locations Worldwide.
Country: Worldwide
 
Record
SN00029279-W 20020223/020221213233 (fbodaily.com)
 
Source
FedBizOpps.gov 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.