Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOURCES SOUGHT

C -- INDEFINITE DELIVERY CONTRACT FOR NAVAL ARCHITECTURE AND MARINE ENGINEERING SERVICES

Notice Date
5/25/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-04-R-0021
 
Response Due
6/27/2004
 
Archive Date
8/26/2004
 
Point of Contact
Jan A. Forman, (215) 656-6894
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(jan.a.forman@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Marine Design Center requires assistance in naval architecture, marine engineering, computer-aided design and drafting (CADD), preliminary design, detailed (final) design and related design studies, analysis and reports. It is intended to award up to two (2) one year indefinite delivery contracts, each having a total value of $1,000,000.00 with a maximum task order limit of $1,000,000.00. The contract(s) will have options for up to two (2) additional 12-month periods at an additional $1,000,000.0 0 each, if deemed necessary by the Government. The award of an option shall be based on reaching the dollar limit or the time period at the discretion of the contracting officer. 2. PROJECT INFORMATION: Individual task orders will be allocated among th e contracts using the following criteria in descending order of importance: (1) the specialized experience noted in factor 1 or 2 of the selection criteria; (2) capacity to accomplish the task order in the required time and (3) distribution of work among t he contractors. Work for other Government agencies could be a part of this contract. 3. SELECTION CRITERIA: The following evaluation factors are listed in order of priority; Factors 1 - 8 shall apply to the first contract, and Factors 2 - 8 shall apply to the second contract: (1) Organizational expertise in retrofit and re-powering of large vessels including propulsion systems, power systems and major structural modifications with special consideration for dredges; (2) Organizational expertise in desig n of steel workboats, towboats, special purpose barges and floating plant; (3) Organizational expertise and recent experience in design of high speed aluminum craft; (4) Core staffing of professionally registered Naval Architect(s) and Marine Engineer(s) s upported by either in-house or a demonstrated network of professionally qualified Mechanical Engineers, Electrical Engineers, Structural Engineers and specialty sub-contractors. The organization, including sub-contractors where applicable, shall be structu red for contractual and practical ease of operation, and shall have at their disposal all necessary resources, including computers and specialty software, to simultaneously accomplish two $500,000.00 task orders for the first indefinite delivery contract a nd two $150,000,00 task orders for the second indefinite delivery contract. All work shall be reviewed and approved by registered professional engineers; (5) Past performance, if any, of the firm with respect to performance on Department of Defense contra cts and private contracts; (6) Contractual simplicity to the Government with respect to minimizing coordination and travel for all management, contract administration/management, engineering, and drafting performance and review; (7) Capacity to generate al l output data in electronic format, including AutoCAD electronic files for all drawings; (8) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 (revised 6/04) for the prime firm and for each consultant, to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: William F. Rothert, Philadelphia, PA 19107-3390 not later than the close of business on the 30th day after the date of this announcement. If the 30 th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. 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. Infor mation regarding this registration may be obtained by accessing Web Site http://www.ccr.gov or you may call (888) 227-2423. As a requirement for negotiations, the selected contractor(s) will submit for government approval a quality control plan that will b e enforced through the life of the contracts. 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 schedu les. The NAICS Code is 541330 with a size standard of $15.5 mil. Include ACASS number in block 5 on the SF 330. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. This is not a request for proposals. No other notificat ion to firms for this project will be made.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00592221-W 20040527/040525212408 (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.