Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
MODIFICATION

R -- Marine Design and Engineering Services

Notice Date
9/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00406 FISC PUGET SOUND WA 467 W. STREET BREMERTON, WA
 
ZIP Code
00000
 
Solicitation Number
N0040610R1026
 
Response Due
10/21/2010
 
Archive Date
11/5/2010
 
Point of Contact
Dianne Palmatier 360-476-0374
 
E-Mail Address
dianne.palmatier@navy.mil
(dianne.palmatier@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The anticipated posting date of the solicitation has been changed to on or about 8 September 2010. The technical evaluation factors will be provided in the solictation. The below information remains unchanged from previous notices. The Fleet and Industrial Supply Center Puget Sound has a requirement to provide marine design and engineering services for the Puget Sound and Pearl Harbor Naval Shipyards & Intermediate Maintenance Facilities. The contractor shall provide comprehensive services in the areas of naval architecture, mechanical, electrical, electronics, industrial, and environmental engineering. The work will include planning and estimating, engineering designs and calculations, technical research, material specifications, kitting support, troubleshooting and failure mode analysis, assessments and inspections, testing, grooming, minor repair and alignment of equipment, work control, testing and test direction, logistics support, technical support of industrial work, training, and detailed reports based on engineering studies and analysis relating to marine vessels and equipment. The requirements also include Computer Aided Design (CAD) drafting and modeling, computer programming and support services, and technical document preparation, publication and reproduction. Planning Yard requirements include ship checks, drawing development, Ship Alteration Record (SAR) and Ship Change Documents (SCD) development, Ship Selected Record (SSR) upkeep, and fleet technical support. The requirements include the need to install and monitor test and troubleshooting equipment and minor installation/repair/replacement of components, equipment, and systems associated with troubleshooting and various assessments and inspections. Performance is primarily expected to be in Kitsap County, WA (60%), and Pearl Harbor Naval Shipyard, HI (30%). The acquisition will be solicited on an unrestricted, full and open competition basis using FAR part 15. Offers will be evaluated on the basis of best value to the Government. The Small Business Subcontracting Plan has a required goal of 40% for Small Businesses. Higher ratings will be given to offerors that have identified, by name, protégé firms, small business teaming partners, joint ventures, or other small business subcontractors in their proposals. Higher ratings will be given for a commitment to exceed one or more goals in the Small Business Subcontracting Plan or Small Business Utilization Plan. It is anticipated that a minimum of two multiple awards of a Cost Plus Fixed Fee, Indefinite Delivery, Indefinite Quantity services type contract will be made. The total estimated labor hours are 145,168 per year, or 725,840 hours over five years. The contract period of performance is anticipated to begin 01 April 2011 through 31 March 2016, for a total of five years. This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil. Complete proposal submittal requirements, total estimated labor hours, and performance work statement to be included in the solicitation. Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offerors to access the posted documents. Prospective offerors should register themselves on the NECO website. Prospective offerors should also register at FEDBIZOPPS on the interested vendor list. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. All responsible sources may submit a bid, proposal or quotation which shall be considered by FISCPS. Offerors must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement at http://www.ccr.gov. All questions regarding this solicitation shall be submitted in writing to the Contract Specialist, Dianne Palmatier, Code 250, fax: 360-476-8701, or email: dianne.palmatier@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N0040610R1026/listing.html)
 
Record
SN02264657-W 20100903/100902000112-882e201e43befdd6829c7bf42da24ce6 (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.