Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
MODIFICATION

R -- Marine Engineering Services

Notice Date
3/21/2006
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, 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
HSCG40-06-Q-40832
 
Response Due
3/30/2006
 
Point of Contact
Samantha Watts, Purchasing Agent, Phone 410-762-6445, Fax 410-762-6008,
 
E-Mail Address
Samantha.C.Watts@uscg.mil
 
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 HSCG40-06-Q-40832 . The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 01-26The applicable North America Industry Classification System (NAICS) Code is 541330 and the business size standard in $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 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 and 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 and 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. OFFICALS 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 Contracts 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 an 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 specification and standards relating to shipboard electronic systems design and installation including: (a) IEEE-45, (b) MIL-STD 16 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-06-Q-40832/listing.html)
 
Place of Performance
Address: U.C. Coast Guard YARD Engineering, Bldg. 58, 2nd floor 2401 Hawkins Point Road Baltimore MD.
Zip Code: 21226
Country: USA
 
Record
SN01037008-F 20060429/060427223445 (fbodaily.com)
 
Source
FedBizOpps 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.