Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOURCES SOUGHT

C -- Indefinite Delivery Contract for Naval Architecture and Marine Engineering Services

Notice Date
4/20/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-R-0026
 
Archive Date
6/3/2010
 
Point of Contact
Robert M. Bencal, , Michele N. Evans, Phone: 2156566894
 
E-Mail Address
Robert.M.Bencal@usace.army.mil, Michele.n.Evans@usace.army.mil
(Robert.M.Bencal@usace.army.mil, Michele.n.Evans@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.CONTRACT INFORMATION: The Marine Design Center requires assistance in environmental, geotechnical, mechanical and marine engineering, on-site technical support, computer-aided design and drafting (CADD), preliminary design, detailed (final) design and related design studies, analysis and reports for marine equipment and facilities. It is intended to award a one year indefinite delivery contract, having an estimated value of $1,000,000.00 with a maximum task order limit of $1,000,000.00. The contract will have options for up to four (4) additional 12-month periods at an additional $1,000,000.00 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 issued with specific tasks as needed to fulfill the needs of the Marine Design Center and its customers in any or all of the Corps Districts. Work for other Divisions, Districts or Government agencies could also be a part of this contract. 3. SELECTION CRITERIA: The following evaluation factors are listed in order of priority; (1) Organizational expertise in the design of new and repair and upgrade for vessel docking and mooring facilities, floating piers, fixed pile supported pier design, pier fendering and mooring protection design, analysis of vessel forces on moorings, soils engineering, pile foundations particularly for submerged soils and ice protection of vessels and moorings; (2) Organizational expertise to provide support during construction services, site investigation and preparation of technical reports for projects involving floating and fixed piers, pilings, bulkheads and upland dredge disposal sites; (3) Organizational expertise necessary to provide site investigation, analysis, and design services related to: dredge material placement facilities and plant to upland disposal sites, with emphasis on environmental issues and necessary approvals; extending the life of existing upland disposal sites; improved pumping or dewatering procedures or dredged material removal systems; the integration of dredge pipeline systems to optimize the distribution within the upland site to allow for best dewatering and settling, treating water turbidity and silting; and for addressing noise and lighting impacts on neighboring properties; (4) Organizational expertise in environmental engineering related to marine activity, including activities related to floating plant impacts, to vessel engine exhaust emissions, to obtaining emission certifications, to the modeling of vessel emissions and determining compliance with federal, state and local requirements. Also demonstrating the ability to provide equipment and on board vessel services to directly measure real time engine fuel consumption and real time stack exhaust temperature and emissions; (5) Core staffing of a team of professionally registered multi-disciplined Engineers and Scientists to include but not be limited to Civil, Structural, Coastal, Hydrogeologist, Environmental, Geotechnical, Biologist, Certified Industrial Hygienist, Mechanical Engineers, Electrical Engineers and supported by either in-house or a demonstrated network of professionally qualified Naval Architects, Marine Engineers and any related specialty sub-contractors to complete the work required. The organization, including subcontractors where applicable, shall be structured for contractual and practical ease of operation, and shall have at their disposal all necessary resources, including computers and specialty software, to simultaneously accomplish the efforts under the contract. All work shall be reviewed and approved by registered professional engineers; (6) Past performance, if any, of the firm with respect to performance on Department of Defense contracts and private contracts; (7) A delineated project team structure with prior team experience that demonstrates that the team coordination and management will be effective and responsive to the Government with respect to the execution of the contract administration/management, engineering, and drafting performance and review; (8) Capacity to generate all output data in electronic format, including AutoCAD electronic files for all drawings; (9) 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: Robert M. Bencal, Philadelphia, PA 19107-3390 not later than the close of business on the 30 th 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. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. 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 Web Site http://www.ccr.gov or you may call (888) 227-2423, or email dis_support@dlis.dla.mil (available 24 hours, 7 days a week). As a requirement for negotiations, the selected contractor(s) will submit for government approval a quality control plan that will be 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 schedules. The NAICS Code is 541330 with a size standard of $4.5 mil. This is not a request for proposals. No other notification to firms for this project will be made.*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0026/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107-3390, United States
Zip Code: 19107-3390
 
Record
SN02127222-W 20100422/100420235439-b03fd6a646edbac0895064c7c60905ac (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.