Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2013 FBO #4149
MODIFICATION

R -- Specification Development for APL Habitability Modifications Electrical and HVAC Engineering (MARAD SBRF)

Notice Date
4/2/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), WR Acquisition, 201 Mission Street, Suite 2200, San Francisco, California, 94105-1905
 
ZIP Code
94105-1905
 
Solicitation Number
DTMA94Q20130008
 
Point of Contact
Debbie K. Velmere, Phone: (415) 744-4140, Patricia L. Etridge, Phone: (415) 744-2586
 
E-Mail Address
debbie.velmere@dot.gov, patricia.etridge@dot.gov
(debbie.velmere@dot.gov, patricia.etridge@dot.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Pro c ur e me n t is s e t- a s i d e for 8 (a) s mall bu s in e s ses. Al l lic en s e d c o m p a n i e s int e r e sted in t h i s w or k a r e to su bm it S F- 3 30 A rc h it e ct- En gin e er Qual i fic a t i o ns ( av a il a b l e at http://www.gsa.gov/portal/forms/download/116486 ) S F -3 3 0 is t o b e s u bm i t t ed t o t he C on t r act i n g Of f i c e r's att e n t i on : DOT - M ar it ime A dm i ni s t r a tio n, Division of Pacific Operations, A T T N : D eb r a V e lm e r e, 201 Mi s s i o n S t, Ste 180 0, S a n Fr a ncisco C A 9 4 1 0 5. S F - 33 0 s a r e due by APRIL 16, 2013. To respond, provide one submittal package including an original SF 330, Parts 1 and 2, for the prime and an SF 330 for each subcontracted consultant proposed. Also, submit maximum one page resumes for all team members (prime plus any consultants), to include professional registration. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. T he U. S. D e p a rtme n t of T ran s p o rtatio n, Ma r i ti me A dm ini s t r a t ion ( M A R AD ) i n t e n d s t o p ro c u re A r c h i t e c t / E n g i n e e ring s e rv ic e s t o p r e p a re p l an s an d spe c ificat i o n s f o r m odi f i c a ti o n of an exi s ti n g Auxiliary Personnel Lighter (ex- hull # APL-24) located at S u is u n Ba y Re s e r v e Fl ee t ( SB R F), 2595 L ake He r m a n R o ad, B e ni c ia, C al i fo r n ia 9451 0. The APL is ex-US Navy 261 foot non-self-propelled barge used by the Suisun Bay Reserve Fleet (SBRF) as their headquarters since 1962. The barge provides space and protection for offices, workshops, tool room, storage, meeting rooms, employee change rooms and rest rooms. It is desired to renovate areas of the interior of the vessel, relocating some office spaces, creating new office spaces, providing a corridor down the centerline of the vessel leading from the main office to the auditorium, relocating the restroom on the 01 deck, renovating archive filing space, installing an HVAC system, and upgrading the electrical distribution system aboard. The APL barge was built by Pollack-Stockton Ship Building Company in 1944. The barge was last drydocked for hull maintenance and coating in 1995. The interior remains in about the same configuration as it was when acquired from the Navy in 1962, with the exception of the addition of some soft bulkheads (wood frame walls) to create some office space and partition off other spaces. Electrically, the barge is powered by 480 VAC 3 phase provided from shore. Some equipment has been either added or upgraded since acquisition, which has resulted in a load imbalance across the three phases. The barge has been wired with Cat5 computer network cable and VoIP telephone. T he c o nt r act or w i ll a ls o b e r equ i r ed t o pr ovi d e a de t a i led c o s t estimate f or t he e n t i r e modification/ ship repair pr o j ect t o i nc l u de an ite m i z ed br e a kd o wn o f k n own an d p r o j ect e d c o sts a s soci a t e d with t h e modification of the barge. T he se co s t s e stim a tes w ill be i ncl u d e d a s p a rt o f the de l i v era b le pa c k a g e. T he contractor will p r ov i d e all n e cessa ry pl ans, sp ecifi ca t i on s a n d d r a wi ng s r e qu i r e d f o r a s t a r t- t o-fini s h ship repair p ac k ag e th a t will be s uffi c i e ntly d et a i l ed a nd so org an ized so th a t t he M a r i time A d mi n i st r a t i on c an use t h is f in a l do c u me n t ( S t ate me n t of W ork ) as p r ep are d and w r i t t en t o m ov e f o rw ard wi t h a c o n t r a c t so licit a t i on in o r d er t o a w a rd a ship repair c o nt ra c t b a se d on t he d el ive ra b le p a cka ge d ef i n ed a bo v e. T h i s d e l iv e r a bl e doc u m e n t shall take into account that a ship repair co n t ra c t o r will be pe r forming all a sp e cts of the work aboard the APL while it remains l oc a ted a t its current location at the end of the pier, 2 5 95 L a k e He rm an R o a d, B en icia, C a lif o rnia 9 4 5 10. SBRF must remain open for business during the work, so portions of the APL barge will be inhabited during the work day. T he c o nt r act or is a ls o r e qu i r ed t o include i n t o t he p la ns, d ra w i n g s, an d de s ig n p a c k ag e a l l applicable f e de r a l and st ate regulatory r e q u i r em e n t s necessary t o c om p l e t e the ship repair project. T he g o ve r n m en t i s lo oki n g fo r t he d es i g n t o b e c o m p l et ed wi t hin 90 day s of a wa rd. T he f o l lo wi n g do c um en t s w ill be av ail a b l e f o r r ev iew a ft e r rel ea se o f t h e s o l i cit a t io n •1. Concept sketches showing desired layout of office spaces, restroom facilities, and other rooms or compartments. •2. All plans the Government has available from when the barge was acquired. •3. Instruction manuals for any installed equipment to be retained aboard. N or t h A m e r ic a n In d u s t r ial C l a ssi f ication S ystem (N A I CS ) code i s 5 4 13 3 0. S ize sta nd a r d f o r s m a ll b u s i ne s s is $ 4 M. S e e li n k ht t p s : / /ew e b 1. sb a.g o v / n a i cs/dsp _ n a ic s list 2.cfm f o r N A I C S code d escri p tio n s. C ont r actors a re r e qui r ed to reg i st e r or u p d ate t h eir r e g ist r at i on at the https://www.sam.gov/portal/public/SAM/ System for Award Management (SAM) in ord e r t o r e ce ive a c o ntr a c t aw ar d u nd er t hi s so l i c ita t i o n. N o p ape r co pies o f th e s ol i cit a t io n w i ll b e a va i la b l e. The selected firm will NOT be able to propose on performing the work/repairs for which the firm or any of the firm's consultants has assisted in developing the request for quotes or proposals. Evaluation Factors The following Selection Criteria (listed in descending order of importance) will be used in the evaluation and awarding of this contract: •1. Professional qualifications necessary for satisfactory performance of required services. •2. Project Management. •3. Knowledge of ship construction. •4. Ability to develop ship repair and conversion blueprints and drawings, specifications and estimates. •5. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. •6. Capacity to accomplish the work in the required time. •7. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Eff e ctive J a n ua r y 1, 2 00 5, b i d d ers a r e to s ub mit r e p r es e ntat i o n s and c e r t if i c a ti o ns el ec tr on ic a l l y via the B usi ne s s P a r t n er N e t w o rk ( B P N) W eb s it e at ht t p : / / o rc a. bp n. go v. ATT E NTI O N : Mi n o r i t y, W o m e n - ow n e d, a n d D i s a dv a nt ag e d B u s i n e s s E n t er p r i s e s ( D B Es )! T he De p a r t me nt of T r an s p o r t at ion (D OT ), S h o r t - T e r m Le nd ing P r o g r a m ( S TL P ) of f e rs w o r k ing c a p it al f in anc ing in t he fo rm of li ne s of c re d it to fi n an c e a c co u nts re c e i v able f o r tr an s p o r tati o n r e l a t e d c o ntr a cts. Maxi m um l i n e o f c r e d it is $ 500, 0 0 0 with i n t e re s t a t t he p ri m e ra te. F or f u rth e r i n f or m ati o n, c a ll ( 8 00) 53 2 - 11 6 9. Inte r n e t a d dre ss : ht t p : / / o s db uw eb. d o t. go v. I f y ou h a v e f u rth er q u e s t ions o r w o u l d li k e t o re c e i v e a d d i t i o n a l information, y ou m ay a ls o c ont ac t th e Co ntr a c t i ng O f f i ce r by e m a il: d e b bie. v e lm e r e@m ara d.d ot. g o v. Submittals should be addressed to: DOT-Maritime Division of Pacific Operations - Contracting Office 201 Mission St, Ste 1800 San Francisco CA 94105 ATTN: Debra Velmere Included the solicitation number DTMA94R20130008 on the outside of the package. FACSIMILE (FAXED) SUBMITTALS WILL NOT BE ACCEPTED. E-MAIL/ELECTRONICALLY DELIVERED SUBMITTALS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA94Q20130008/listing.html)
 
Place of Performance
Address: Suisun Bay Reserve Fleet, 2595 Lake Herman Road, Benicia, California, 94510, United States
Zip Code: 94510
 
Record
SN03026544-W 20130404/130402235028-ff73f4c4e530b11afe69df5d5e45e996 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.