SOURCES SOUGHT
C -- MDC AE Dredges
- Notice Date
- 7/9/2020 10:25:08 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU20R0032
- Response Due
- 7/24/2020 2:00:00 PM
- Archive Date
- 08/08/2020
- Point of Contact
- Richard Rivera, Phone: 2156566563, Jamaal A. Edwards, Phone: 2156563241
- E-Mail Address
-
richard.rivera2@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL
(richard.rivera2@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate small businesses for the following proposed contract: Award of one Indefinite Delivery Contract for Architect-Engineering Services in support of the US Army Corps of Engineers (USACE), Marine Design Center for Engineering and Design support for the USACE fleet of dredges and other large vessels. The proposed contract will include work on the following vessel types: ����������� Minimum Fleet Unrestricted Ocean Going Hopper Dredges ����������� Dredge Pump-Out Shore Connector Barge / Buoy Float systems. ����������� Riverine Dustpan and Pipeline Dredges ����������� Dredge Floating Pipeline systems. ����������� Clamshell Dredges ����������� Dredge Dump Scows ����������� Other self-propelled vessel types with hull LWL greater than 150 feet. Work Conducted on the specified vessels above will be in the following areas: ����������� Feasibility studies ����������� Naval Architecture, ����������� Marine Engineering, ����������� Marine Electrical Engineering ����������� Hybrid Power System Engineering ����������� Dredging Engineering, ����������� Dredge Hopper Pump Out Discharge Systems ����������� Ballast Water Treatment, and Vessel VGP design & engineering. ����������� Regulatory (ABS, USCG, API) compliance ����������� Vessel overhauls and life extension projects ����������� FEMS Maintenance processes, and items ����������� Vessel energy efficiency optimization ����������� Propulsion type evaluation ����������� Propulsion sizing and design. ����������� CRPP system design incorporating draft and velocity sensing. ����������� Structural modeling (FEA), both steel and aluminum, ����������� Computer-aided design and drafting (CADD), ����������� Computational Fluid Dynamics (CFD) analyses, ����������� Tank testing. ����������� Sea keeping and motion analyses ����������� Dynamic Positioning System Analyses ����������� Hopper Pump-Out Mooring System Analyses ����������� Acoustic and vibration engineering ����������� Preliminary design, ����������� Contract level design ����������� Detailed (final) design ����������� Cost Estimates ����������� Vessel laser scans ����������� Vessel Photogrammetry ����������� Dredge hopper volume calibration to API tank capacity calibration standards. ����������� Sea Trials support, including propulsion shaft line instrumentation and HP measurement and ����������� Related design studies, analysis and reports.� ����������� Vessel Inclining Tests ����������� Vessel inspections and condition evaluations ����������� Shipyard Engineering phase support ����������� Shipyard construction inspections This potential contract will have a contract capacity of $15,000,000 with a contract duration of FIVE (5) years. The average Task Order value of the work under this contract is estimated to be $100,000.00 with a maximum of $1,000,000.00 The North American Industry Classification System (NAICS) Code is 541330 (exception 3) with a Small Business Size Standard of $41.5 million. SUBMISSION: All interested business concerns for this requirement shall provide the following information when responding to this sources sought: - Company name: - DUNS number: - Cage Code: - Type of business concern: Large business or small business (please identify type of small business) - Statement of capability and qualifications of the organization to perform the requirement. - List of similar projects worked on over the past 5 years and services provided on those projects. ** EACH SUBMISSION SHALL NOT EXCEED 5 PAGES TOTAL ** Notice to potential contractors: All offerors who provide goods or services to the Federal Government must be registered at Beta.SAM.gov at https://beta.sam.gov/. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://vip.vetbiz.va.gov/ Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. Responses shall be sent via E-Mail to Richard Rivera at Richard.Rivera2@usace.army.mil and Jamaal Edwards at Jamaal.A.Edwards@usace.army.mil no later than 5PM EST on 24 July 2020. This is not a request for proposals. No other notification to firms for this project will be made.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/55d2d188f0b34b999a38b0054ca07692/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05716826-F 20200711/200709230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |