Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2002 FBO #0140
SOURCES SOUGHT

C -- ENGINEERING SERVICES FOR THE STUDY AND POTENTIAL IMPLEMENTATION OF RELIABILITY CENTERED MAINTENANCE AT THE NAVAL SUBMARINE BASE, NEW LONDON, GROTON, CT

Notice Date
4/19/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
Reference-Number-N62472-02-R-1005
 
Response Due
5/27/2002
 
Archive Date
6/11/2002
 
Point of Contact
Tina Phillips, Contract Specialist, Phone (610)595-0643, Fax (610)595-0671,
 
E-Mail Address
phillipsms@efane.navfac.navy.mil
 
Description
Engineering Services are required to perform a Reliability Centered Maintenance (RCM) Study and Implementation on a limited number of systems to be selected by the contractor and subject to Government concurrence at the Naval Submarine Base, New London, Groton, CT. The objective of the study is to apply integrated RCM strategies to maximize facility and equipment reliability while minimizing life-cycle costs. The RCM study will provide the Navy with the optimum mix of reactive, time-or interval-based, predictive-based, and proactive maintenance practices for a limited number of systems at the Submarine Base. The objective of the implementation phase of the effort is to demonstrate the return on investment of the recommendations made in the study. The study shall include but not be limited to the four principles of RCM defined and applied to facilities maintenance as the integration of reactive maintenance (run-to-failure or breakdown maintenance), preventive (interval based) maintenance, Predictive Testing and Inspection (PT&I) (condition based), and proactive maintenance. Techniques used in applying the principles of RCM shall include but not be limited to the following: (1) Age Exploration to determine the most effective intervals for maintenance tasks, Failure Mode and Effects Analysis (FMEA) to determine what parts fail, why they usually fail, and what effect their failure has on the systems in total, (2) Predictive Maintenance (PdM) to monitor system performance and/or use of condition monitoring technologies, (3) Preventive/Interval Maintenance to determine time- or cycle-based actions performed to prevent failure, monitor condition, or inspect for failure, and (4) Root Cause Failure Analysis (RCFA) to explore all possible causes related to a machine failure. Specific work items of the study will include: (1) Develop a detailed list on a limited number of systems/components/devices on infrastructures such as piers, HVAC systems, steam generation and distribution systems, and electrical generation and distribution systems selected by the contractor and subject to Government concurrence to which the principles of RCM (preventive, proactive, predictive and reactive maintenance) can be applied; (2) Provide examples of items in private industry and other government agencies that are maintained using RCM that are similar to the items developed in paragraph (1). Also provide the specific RCM procedures used by private industry and other government agencies on the items identified. (3) Develop a prioritized list of recommendations with the top priority being the highest potential payback item; (4) Estimate cost of applying consolidated RCM program recommendations; and (5) Provide any other requirements or identified impediments to the incorporation of RCM principles in Naval Facilities such as organizational changes, revised procurements and/or construction specifications, modifications and/or replacement of existing maintenance management software, logistics, or recommended training. The implementation of this study will be included in this contract, and may be identified as an option or phase that can be exercised at the discretion of the government, and will include: (1) Implementation of selected recommendations from the prioritized list developed in item (3) above. (2) A recommended scope identifying specific facilities systems within the Navy where RCM can be easily (cost/effort) implemented. Firms must be able to accept and accomplish work that involves asbestos, lead paint, PCB, and other hazardous materials. The contractor will be required to provide all labor, materials, and equipment necessary to perform the study and potential implementation. Selected firm will be required to provide documents on a CD-ROM disk in Microsoft Office 2000 for PC (or compatible) format. PDF Files are not acceptable. The contract requires that the selected firm have on-line access to e-mail via the Internet for exchange of correspondence and information. Each firm submitting qualifications for consideration for this contract will be evaluated based on the following evaluation factors. Those firms considered most qualified will be slated for interviews and rated in order of preference based on the evaluation criteria, their ability to fulfill all project requirements, project management, and their proposed approach to accomplish this project which will be presented at the interview. The selected firm will be the firm determined most highly qualified to perform the work based on these evaluation factors and the information presented during the interview discussions. SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE: Specialized experience and technical competence in the type of work required, including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Provide your firm's experience in the implementation of RCM principles for infrastructures in private industry or government agencies. Specifically identify reactive, preventive, and proactive solutions your firm recommended and implemented for these organizations. 2. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual team members. Work must be under the direction of a registered engineer. 3. CAPACITY: Capacity of the firm and project team to accomplish the work within the required time frames and ability to sustain the loss of key personnel. 4. PAST PERFORMANCE: Past performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. 5. QUALITY CONTROL PROGRAM OF THE FIRM TO ENSURE TECHNICAL ACCURACY OF SUBMITTALS: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of submittals. 6. LOCATION: Location in the general geographical area of the project and knowledge of the locality of the project (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 7. SUBCONTRACTOR UTILIZATION: Use of Small Business (SB), Small Disadvantaged Business (SB), Women Owned Small Business (WOSB), Historically Black Colleges/Universities/Minority Institutions (HBCU/MI), HubZone Small Business, Veterans Owned Small Business (VOSB), and Service Disabled Veteran Owned Small Business (SDVOSB), as primary consultants or subconsultants. Note: A preliminary small business subcontracting plan will be required if a slated firm is a large business concern prior to being interviewed. Current Naval Facilities Engineering Command small business subcontracting goals measured as a percentage of total subcontracting are as follows: SB 65%, SDB 12%, WOSB 5%, HBCU/MI 5%, VOSB 3%, SDVOSB 3%, and HubZone 2.5%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. 8. VOLUME OF WORK: Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. TYPE OF CONTRACT: Firm Fixed Price Estimated Study Cost: Between $25,000 and $100,000 Estimated Implementation Cost: Between $100,000 and $250,000 Estimated Construction Cost: N/A Estimated Start Date: July 2002 Estimated Completion Date: October 2002 (Study) October 2003 (Implementation) The NAICS Code is 541330 and the Small Business Size Standard Classification is $4,000,000. The proposed contract is being solicited on an unrestricted basis, therefore replies to this notice are requested from all business concerns. Additionally, employees and representatives of the selected firm performing work under this contract that require access to the site are required to be United States citizens. No employee or representative of the selected firm will be admitted to the work site without satisfactory proof of United States citizenship. Foreign nationals will not be admitted to Naval Submarine Base New London. Note that security requirements are subject to change. Selected firm will be responsible for obtaining and complying with all current security requirements at the Naval Submarine Base New London, CT. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database 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 Engineering Field Activity Northeast web site at http://www.efane.navfac.navy.mil or through the point of contact identified for this procurement. A/E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Forms 254 and 255 to the office shown above. Standard Forms 254, 255, and 295 may be downloaded from the following GSA web site: http://www.gsa.gov/forms Block 10 of the Standard Form 255 will include the following: (1) Summary of how the firm meets the stated evaluation criteria for this contract (Note: Slated firms will be required to submit this information in an electronic text format (such as Microsoft Word or a compatible format); (2) Matrix documenting proposed team members specialized experience relevant to the subject contract (IN LEFT HAND COLUMN SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Project Manager, Project Engineer, etc? ); and (3) Copies of performance evaluations and/or letters of commendations (as attachments) for office making this submission. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporating subsidiary that operates under a firm name different from the parent company. The qualification statement should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions, and performance references, in addition to a preliminary subcontracting plan, if they are a large business firm. Firms having a current SF 254 on file with this office and those responding to the announcement by submitting the required forms in hard copy by 4:00 p.m. EST on May 27, 2002 will be considered. NOTE: PLEASE SUBMIT ONLY ONE COPY. Submittals must be hand delivered or mailed to the following address: Engineering Field Activity, Northeast, Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA 19113-2090. All hand carried submittals must be deposited in the bid box located in the lobby at the above given address prior to the time and date specified. Firms are responsible for ensuring that submittals delivered by a commercial carrier (e.g., Federal Express, United Parcel Service, Purolator, Courier, etc.) are deposited directly in the bid box, by whomever delivers that submittal on the firm's behalf, prior to the time set for receipt of submittals. If commercial carriers are used, the firm is responsible for ensuring carrier personnel are given correct submittal deposit instructions. The Government will not deposit hand-carried submittals in the bid box nor acknowledge receipt of such from commercial carriers or the firm itself. NOTE: Place label on the outermost envelope in which your submittal is delivered stating SUBMITTAL ENCLOSED, CONTRACT NUMBER N62472-02-R-1005 AND DATE DUE May 27, 2002. This label should be placed on the United States Post Office, Federal Express, United Parcel Service (UPS) or other package in which the submittal is enclosed. Access to the bid box is only on weekdays between the hours of 7:30 a.m. and 4:00 p.m., eastern standard/daylight time. Facsimile responses and e-mail responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. No material will be returned. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed by the project. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Place of Performance
Address: NAVAL SUBMARINE BASE, NEW LONDON, GROTON, CT
Country: USA
 
Record
SN00063206-W 20020421/020419213348 (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.