Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

C -- Marine Architect Services for Evaluating the Corporation-owned Tug Robinson Bay

Notice Date
1/27/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL55-12-R-C0500
 
Archive Date
3/27/2012
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236, Teresa A Helm, Phone: 315-764-3252
 
E-Mail Address
patricia.white@dot.gov, teresa.helm@dot.gov
(patricia.white@dot.gov, teresa.helm@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the contracting office shown. The Saint Lawrence Seaway Development Corporation (Corporation) requires a Naval Architecture/Marine Engineering firm to provide reconnaissance/study services to evaluate the options for replacing or refitting their Tug Robinson Bay. Services shall include performing the research and conceptual designs and cost estimates as required to allow the Corporation to properly evaluate these options. The Robinson Bay is a 103 ft. LOA, Class 1A icebreaking tug with a 27 ft. beam and draft of 14 ft.-6 in. The vessel was built in 1958 and repowered in 1991. It is powered by a single Caterpillar 3606 turning at 900 RPM into an Ideal Generator making 1,550 kW. Propulsion comes via a GE 1,750 hp. electric motor through a Philadelphia 26 VGM 3.972:1 reduction gear connected to a single 96 in. x 96 in. stainless steel propeller in a fixed Kort nozzle. Steering is provided by a Sperry electric-hydraulic system actuating one fully balanced rudder. Auxiliary power is provided by a 105 kW Caterpillar 3304B with emergency power coming from a 20 kW Onan generator. The primary mission of the vessel is to propel and maneuver the Corporation’s Buoy Barge BPL-6704 which is 150 ft. long with a 60 ft. beam and a draft of 4 ft.-6 in. The Buoy Barge is equipped with a crane and bow thruster and is used to place and remove floating Aids to Navigation during the opening and closing periods of the St. Lawrence Seaway and in support of other projects related to Aids to Navigation. The Robinson Bay also provides icebreaking in ice up to approximately 30 in. thick, maneuvers the Corporation’s heavy-lift derrick barge Grasse River, and provides emergency assistance towing to vessels aground or otherwise disabled in the St. Lawrence River. The Corporation requires the A-E to provide analysis and information with regards to both a newly constructed vessel and/or an extensive refit considering the following requirements: · Increase in propulsion; · Improve electrical system redundancy and automation; · The ability to meet upcoming regulations regarding zero-discharge of effluents and EPA emissions rules; · Fully modernized damage control equipment to include fire-fighting ability in the event of responding to a shipboard fire. Watertight doors, fixed fire-fighting systems, alarm sensor and zoning systems, fire pump capacity and operation, fire monitor(s), and ventilation and damper systems shall be up to current industry standards; · A rescue/work boat and launching system; · Mitigation of the maneuvering limitations characteristic of the current vessel. This may include thrusters, steering nozzle, high lift rudder(s), or other means suitable for operation in heavy ice; · A deck crane, collapsible gunwales and tackle for the purpose of handling some Aids to Navigation with the tug without the barge; · Improve the vessel’s ability to tow in the open Great Lakes with increased weather thresholds through the addition of a towing winch; · Fully modernized wheelhouse of adequate height-of-eye, as well as an aft maneuvering and winch control station; and · Fully modernized accommodations. Firms responding to this announcement before the closing date of February 27, 2012, will be considered for selection, subject to any limitations indicated with respect to size of the firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selections of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria as follows: (1) The A/E must have specialized experience and technical competence in the type of work required. The company must have specific experience within the last five years designing vessels similar to the Robinson Bay and designing upgrades, additions, and modifications of vessels similar to those required ; (2) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (3) Professional qualifications and experience of individuals that will be assigned to work on the project necessary for satisfactory performance of required services. Designated individuals must have specific experience within the last five years designing vessels similar to the Robinson Bay and designing upgrades, additions, and modifications to vessels similar to those required ; and (4) Capacity to accomplish the work in the required time. Estimated period of performance is March 2012 through July 2012. The Corporation contemplates awarding a firm, fixed price contract. There is no estimated cost range for the project at this time. Offerors must be registered in the Central Contractor Registration (CCR) database as www.ccr.gov to be eligible for award. For additional information on this procurement, please contact Patricia White at patricia.white@dot.gov or Teresa Helm at teresa.helm@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL55-12-R-C0500/listing.html)
 
Place of Performance
Address: 251 Fregoe Road, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN02662574-W 20120129/120127234248-377422af6e790139d7842729b4cd5a8b (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.