Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

R -- Marine Engineering Services

Notice Date
2/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-05-Q-40780
 
Response Due
2/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation to establish a one-year Requirements Contract for commercial Marine Engineering services that will require a contractor to perform various electronic design and analysis tasks for new installations on board U.S. Coast Guard cutters and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation Number is HSCG40-05-Q-40780. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-26. The applicable North America Industry Classification System (NAICS) Code is 541330 and the business size standard is $15.5 Million. If a task order is issued under this contract for engineering services, the contractor shall provide the required services within seven (7) calendar days. SCOPE OF WORK: 1) Contractor shall perform various electronic design and analysis tasks for new installations on board U.S. Coast Guard Cutters. 2) Contractor shall create detailed electronic system design drawings for shipboard drawings for shipboard applications; including generation of schematic wiring diagrams, cable running lists, wire lists, system block diagrams and electronic packaging drawings. 3) Work assignments will be task specific and will require an engineering estimate with completion dates prior to commencement of each individual project. Payment will be based upon actual hours worked. 4) Progress reports shall be provided on a weekly basis for any task orders with a completion data exceeding two (2) weeks. General Information: Work will be performed at the United States Coast Guard YARD in Baltimore, Maryland. The YARD?s normal hours of operation are between 6:30-9:00 AM through 3:00-5:30 PM, Monday through Friday. Provisions may be made for some work to be performed off-site at the discretion of the Coast Guard YARD. Travel, if required, will be reimbursed in accordance with Joint Federal Travel Regulations (JFTR) on a time & materials basis. This is only travel that may be required under a task order requiring off-site performance. Transportation to and from the Coast Guard YARD, along with any related expenses, for all other task orders shall be included in proposed labor rates. EQUIPMENT RESPONSIBILITY: The Coast Guard YARD, for performance under the resulting contract, shall provide a workstation with access to AutoCAD 2002. OFFICIALS AUTHORIZED TO PLACE DELIVERY ORDERS: U.S.C.G. Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, 2401 Hawkins Point Road, Baltimore, MD. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) and the following addenda: General Instructions: It is intended to award Requirements-Type Contract for engineering services, not to exceed a period of one (1) year, for the United States Coast Guard YARD, Curtis Bay, Baltimore, MD. Performance tasks shall be issued and negotiated on individual task orders. The offeror(s) shall document their ability to provide the required services in accordance with the following Technical Requirements: MINIMUM SKILL, EDUCATION AND EXPERIENCE REQUIREMENTS - The individual(s) performing the Scope of Work defined above shall meet the following minimum requirements: 1) Experience: Contractor shall have at least ten (10) years experience performing detailed electronic and electronic packaging design and analysis tasks for shipboard applications. 2) Contractor shall have a bachelor?s degree in engineering or related field from an accredited institution. 3) Contractor shall have detailed knowledge of all applicable Coast Guard specifications and standards relating to shipboard electronic systems design and installation including: (a) IEEE-45, (b) MIL-STD 1680, (c) MIL-STD 1310, and (d) CFR-46. 4) Contractor shall posses a detailed working knowledge of at least six (6) of the following electronic systems as implemented on the existing fleet of United States Coast Guard Cutters: (a) Shipboard Command and Control System (110?, 210?, 270? and 378? platforms), (b) SPS-73 RADAR System, (c) Differential GPS systems (all classes), (d) INMARSAT B/C/mini-m (110? and up), (e) Secure Communications System (all classes), (f) Interior Communications Systems 21MC/1MC (all classes), (g) Scanning SONARS (175? and up), (h) ESM/ECM. PROPOSAL PREPARATION INSTRUCTIONS: Technical Proposal: The offeror shall submit a technical proposal that provides documentation/evidence to show that they meet the minimum skill, education and experience requirements stated above. The technical proposal shall detail the type of experience and knowledge that the offeror possesses that satisfies the Government?s minimum requirements. A proposal that merely states that the offeror will meet all the requirements of the solicitation may be determined technically unacceptable. The proposal shall also include details that confirm that the offeror is capable of providing the required services within seven (7) calendar days of receipt of a task order. Past Performance Proposal: Offeror shall provide one (1) relevant past performance reference along with a point of contact and telephone number. Price Proposal: Offeror shall provide hourly rates for the following labor categories: CLIN 0001 ? MARINE ELECTRONICS ENGINEER (Straight Time), and CLIN 0002 ? MARINE ELECTRONICS ENGINEER (Overtime). These rates shall be fully loaded and shall include all costs to perform the required services, including but not limited to travel, per-diem, etc. for performance at the U.S. Coast Guard YARD. The Government estimates that there will be a need for approximately 1,200 hours of services (including an estimated 40 hours overtime) required during the period of performance for this contract. These are estimated hours only and are not a representation to an offeror or contractor that they will be required or ordered, or that conditions affecting requirements will be stable or normal. Conditions may change and there may be a need for significantly less or more hours. Proposed rates shall be fixed and shall remain fixed throughout the period of performance. All services provided over eight (8) hours per day/forty (40) hours per week shall be considered overtime. On days of inclement weather, contractor shall call the Coast Guard Inclement Weather Hotline at (410) 636-7910, (press 1). If the recording announces that the U.S. Coast Guard YARD is closed, contractor shall NOT report to the YARD and WILL NOT be compensated for that day. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) and the following addenda: Proposal Evaluation: The Government will evaluate all offers to be qualified for award as follows: If it is determined in the best interest of the Government, the Government reserves the right to make more than one award in response to this solicitation. The Government will review each proposal submitted in response to this solicitation and make award to that offeror, whose offer, conforming to the solicitation, represents the lowest price to the Government (low price/technical and past performance acceptability). A determination of technical acceptability shall be made based on the information provided in accordance with the requirements of Addendum to FAR 52.212-1(b), Submission of Offers. Any proposal not providing or meeting the minimum skill, education, and experience requirements, evidencing conformance to the solicitation requirements, shall be determined unacceptable and will not be considered for award. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offeror?s understanding of the work and ability to perform the contract. The evaluated price will be obtained by multiplying the estimated number of hours times the labor rate for each line item, standard and overtime. The two totals will then be added together to achieve a final price for evaluation purposes. Past Performance may be evaluated using the reference provided in the offerors proposal. Firms lacking a record of relevant past performance history, or for whom information on past performance is not available, shall receive a neutral evaluation. The Government reserves the right to make an award without discussions. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2005) to include alt I (Apr 2002); these certifications must be included with quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2005) with the following addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; Payment Terms: The Government's normal payment terms are Net 30, however Offerors may propose discounts for prompt payment. Submission of invoices may occur no more often than "weekly"; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.216-18 Ordering (Oct 1995); FAR 52.216-19 Order Limitations (Oct 1995) Minimum Order: Less than eight (8) hours; Maximum order: Single Item in excess of 1,000 hours, Combination of Items in excess of 1,000 hours; FAR 52.216-21 Requirements (Oct 1995) Note: The U.S. Coast Guard reserves the right to use other means outside of this contract, including our own workforce, to accomplish the required engineering services. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; HSAR 3052.223-90 Accident and Fire Reporting (Dec 2003); HSAR 3052.237-70 Qualifications of Contractor Employees (Nov 2004) (Deviation), HSAR 3052-237-71 Information Technology Systems Access For Contractors (NOV 2004) (Deviation); HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); HSAR 3042.242-72 Contracting Officer?s Technical Representative (Dec 2003), FAR 52.212-5; Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items (Jan 2005), FAR 52.219-6 Notice of Total Small Business Set-Aside (15 U.S.C. 644); FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award, FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351), Note: Equivalent Rate for service employees is $32.68, and FAR 52.222-44 Fair Labor Standards Act and Service contract Act-Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351). Department of Labor Wage Determination No. 94-2247, REV 25 applies to this requirement and may be located at http://servicecontract.fedworld.gov; HSAR 302.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); SEE NUMBERED NOTE 1. Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Payment Terms, discount offered for prompt payment, all information specified in Proposal Preparation Instructions, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items (Jan 2005). Copies may be obtained by calling the Agency. The closing date and time for receipt of offers is 14 February 2005, 2:00 PM, Eastern Time. E-Mail quotes are acceptable and may be sent to lmannion@elcbalt.uscg.mil. Facsimile quotes are acceptable and may be sent to (410) 762-6008, however hard copy quotations shall immediately follow. Point of contact for this solicitation is Linda Mannion, (410) 762-6475.
 
Place of Performance
Address: U.S. Coast Guard YARD, Engineering, Bldg. 58, 2nd Floor, 2401 Hawkins Point Road, Baltimore, MD
Zip Code: 20715-5000
Country: USA
 
Record
SN00743222-W 20050203/050201211536 (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.