Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2008 FBO #2293
SOURCES SOUGHT

C -- Indefinite Delivery Contract for Architecture and Marine Engineering Services

Notice Date
3/5/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-08-R-0021
 
Response Due
4/4/2008
 
Archive Date
6/3/2008
 
Point of Contact
Michelle Johnson, 215-656-6774
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(michelle.l.johnson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: NO SOLICITATION DOCUMENT WILL BE ISSUED. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. SUBMISSION REQUIREMENTS BELOW. POC: Christine Clapp, (215) 656-6643. The Marine Design Center requires assistance in naval architecture, m arine engineering, 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 (2) one-year Indefinite Delivery Contracts for Architecture and Marine Engineering Services, each having a total value of $1,000,000.00 with a maximum task order limit of $1,000,000.00. The contract(s) will have options for up to two (2) additional periods at an additional $1,000,000.00 each, if deemed necessary by t he Government. An option period shall not exceed one year. The cumulative total of all task orders for the base and option periods shall not exceed $3,000,000.00. Options may be awarded based on value used or time at the discretion of the Contracting Of ficer. The NAICS code for this procurement is 541330 with a size standard of $17.0 million. 2. PROJECT INFORMATION: Individual task orders will be allocated among the contracts using the following criteria in descending order of importance: (1) the sp ecialized experience noted in factor 1 or 2 of the selection criteria; (2) capacity to accomplish the task order in the required time and (3) distribution of work among the contractors. Work for other Government agencies could be a part of this contract. 3. SELECTION CRITERIA: The following evaluation factors are listed in order of priority; Factors 1 - 8 shall apply to the first contract, and Factors 2 - 8 shall apply to the second contract: (1) Organizational expertise and recent experience in design of retrofit and repowering efforts on large vessels including propulsion systems, power systems, and major structural modifications with special consideration for dredges; (2) Organizational expertise and recent experience in design of steel workboats, to wboats, special purpose barges and floating plant; (3) Organizational expertise and recent experience in design of high-speed aluminum craft; (4) Core staffing of professionally registered Naval Architect(s) and Marine Engineer(s), supported by either in-h ouse or a demonstrated network of professionally qualified Mechanical Engineers, Electrical Engineers, Structural Engineers, and specialty sub-contractors. The organization, including sub-contractors where applicable, shall be structured for contractual an d practical ease of operation, and shall have at their disposal all necessary resources, including computers and specialty software, to accomplish the following: a) First contract: two simultaneous $500,000.00 work orders. b) Second contract: two simultane ous $150,000.00 work orders. All work shall be reviewed and approved by registered professional engineers; (5) Past performance, if any, of the firm with respect to performance on Department of Defense contracts and private contracts; (6) Contractual simp licity to the Government with respect to minimizing coordination and travel for all management, contract administration/management, engineering, and drafting performance and review; (7) Capacity to generate all output data in electronic format, including A utoCAD electronic files for all drawings; (8) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUI REMENTS: Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 Parts I and II revised 6/04 or more recent, for the prime firm and for each consultant to: U.S. Army Corps of Enginee rs, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: Christine D. Clapp, Philadelphia, PA 19107-3390 not later than the close o f 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 of 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 Department of Defense (DOD) Central Contractor Registration (CCR) Database is required prior to the award of a contract. Failure to be registered in the DOD CCR Database may render your firm inel igible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov or you may call the CCR Assistance Center at (888) 227-2423 or email dlis_support@d lis.dla.mil (available 24 hours, 7 days a week). As a requirement for negotiations, the selected contractor(s) will submit for government approval a quality control plan that will be enforced through the life of the contracts. The Contracting Officer rese rves the right to terminate negotiations, with firms that do not respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. This is not a request for proposals. No other notification to firm s for this project will be made*****
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01524967-W 20080307/080305224937 (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.