SOURCES SOUGHT
C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR NAVAL ARCHITECTURE, MARINE ENGINEERING, AND DREDGING ENGINEERING SERVICES
- Notice Date
- 11/10/2015
- 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-16-R-0004
- Point of Contact
- Michele N. Evans, Phone: 2156566894
- E-Mail Address
-
Michele.N.Evans@usace.army.mil
(Michele.N.Evans@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- I. CONTRACT INFORMATION: The Marine Design Center requires assistance in naval architecture, marine engineering, dredging engineering, electrical, structural, modeling, computer-aided design and drafting (CADD), preliminary design, detailed (final) design and related design studies, analysis and reports. It is intended to award up to two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, having an estimated total value of $5,000,000.00 each with a maximum task order limit of $1,000,000.00. The contract(s) will be for up to a five (5) year period, if deemed necessary by the Government. This procurement is 100% set-aside for small businesses. II. PROJECT INFORMATION: Following award of the IDIQ Contract(s), the actual scope of work to be performed will be defined in detail under each individual Task Order. Task Orders will be negotiated and issued as firm fixed price orders under the terms and conditions of this IDIQ Contract. The Government is under no obligation to issue any particular number or type of orders. If no task orders are issued, the contractor will be entitled to the minimum obligation. Labor rates for each discipline, overhead rates and escalation factors for each calendar year of the contract will be negotiated in the basic contract with negotiated escalation factors applied to the years of the contract(s).When determining whether work should be placed under this contract as opposed to other available sources, the Government will consider the following criteria in descending order of importance: A. Relevant specialized experience noted in evaluation factor A of the selection criteria below B. Capacity to accomplish the task order in the required time C. Distribution of work Work for other Government Agencies and work for overseas projects could be a part of this contract. III. SELECTION CRITERIA: The following evaluation factors, A through F, are listed in descending order of importance: A. Organizational expertise and recent experience applicable to marine vessels. The following areas of organizational expertise and recent experience are listed in descending order of importance with dredge related experience being significantly more important than other marine experience: 1. Design and engineering support for various types of maintenance dredges including trailing suction hopper, dustpan, cutter-suction, side-caster, split hull hopper, and various mechanical dredges. Note - This Contract is not intended to acquire the detailed proprietary designs of individual dredging components (ex. dragheads, dredge pumps, etc.) for the purpose of fabrication. It is intended to provide design and engineering support for the integration of dredging components that are purchased commercially under separate contracts. 2. Design and engineering support for dredging discharge systems to potentially include connections to dredges, booster pumps/barges and related automation, pipeline and hose, and considerations associated with upland disposal. 3. Design and engineering support (to include weight estimating and cost estimating) for new and existing vessels to include dredges, steel workboats, towboats, special purpose barges and miscellaneous floating plant, primarily for use on the U.S. coastal and shallow draft inland waterways. 4. Design for efficiency and application of environmental technologies, specifically those commonly applied to dredges and dredging systems. This also includes general environmental regulations being imposed on the marine industry, such as emission reduction and reduction/elimination of discharges. 5. Floating crane and crane barge load handling stability/Naval Architecture analysis. 6. Life Cycle analysis to include capital costing of new vessels, costing of conversions, predictions of operating and maintenance costs, and vessel useful life expectancy. 7. Design and engineering support on Government contracts in tier 2 and sub-tier 2 shipyards, including onsite technical support and coordination. 8. Regulatory body (USCG and ABS) submittals and approval process. B. Core staffing of professionally registered Naval Architect(s) and Marine Engineer(s) supported by either in-house staff or a demonstrated (evident previous historical relationship) network of the following professionally qualified specialists: 1. Dredging consultants 2. Acoustic/Vibration Engineers 3. Finite Element Analysis (FEA) Engineers 4. Propeller Design and Computational Fluid Dynamics (CFD) Engineers 5. Specialty marine sub-contractors. All work produced under this contract shall be reviewed and approved by registered professional engineers in responsible charge of the project. C. Organizational structure, including sub-contractors where applicable, for contractual and practical ease of operation, and ability to directly access all necessary resources, including specialty marine software to include at a minimum GHS, NavCad, AutoCad, Rhino, Nei Nastran with FEMAP and Solidworks. D. Past performance, if any, of the firm with respect to performance on Government and private contracts. E. Interface simplicity to the Marine Design Center with respect to ease of coordination, administrative process, and the time required to place work scope under task orders. F. Extent of participation of Small Businesses, Small Disadvantage Businesses, HUBZone, 8(a), Women Owned, Service Disabled Veteran Owned Business, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. IV. 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 sub-consultant, to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: Megan Coll, Philadelphia, PA 19107-3390 not later than the close of business on the 30th day after the date of this announcement. If the 30th 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 DODs System for Award Management (SAM.gov) Database is required prior to award of a contract. Failure to be registered in the SAM 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 the Web Site http://www.sam.gov or you may call (866) 606-8220 (available 24 hours, 7 days a week). As a requirement for negotiations, the selected contractor(s) shall 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 $38.5 Mil. This procurement is 100% set-aside for small businesses. 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-16-R-0004/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, 100 Penn Square East, Wanamaker Building, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN03942837-W 20151112/151110234522-2107be6831ed9353c840aa7f7af18d2a (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 |