SOLICITATION NOTICE
C -- AWARD WILL BE PURSUANT TO THE EMERGING SMALL BUSINESS SET ASIDE PROGRAM. ARCHITECTURAL EVALUATION AND DESIGN FOR A CHAIN ANCHOR SYSTEM.
- Notice Date
- 6/11/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, BRD 2150 CENTRE AVEBLDG C FORT COLLINS CO 80526
- ZIP Code
- 80526
- Solicitation Number
- 09ERSS0017
- Response Due
- 7/2/2009
- Archive Date
- 6/11/2010
- Point of Contact
- ERICA NEMMERS CONTRACT SPECIALIST 7036487345 ;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The USGS, Upper Midwest Environmental Science Center (UMESC), LaCrosse, Wisconsin requires a firm-fixed price Architect/Engineering services for design and construction of an anchor system for the research vessel (R/V) KIYI. The KIYI is a 107 foot steel hulled ship built in 1999, by Patti Shipyard, Pensacola, Florida, and is used for fishery research on Lake Superior. The KIYI is an Un-inspected Public Vessel that is owned by the U.S. Geological Survey (USGS). The KIYI is managed and operated by the Lake Superior Biological Station, with a home port of Ashland, Wisconsin. The vessel has a 27 foot beam, 10 foot navigational draft and has a gross tonnage of approximately 280. The vessel normally operates from April through November on the open and near shore waters of Lake Superior. The KIYI travels to various ports, and can accommodate a crew of four and a scientific staff of five for up to two weeks. This SOW concerns the architectural evaluation and design of a chain anchor system, with capstan, and design of a bullnose and mooring fittings in the bow. The wire anchor system that was installed aboard KIYI during initial construction is inadequate due to its lightweight, light duty character. The R/V Kiyi routinely anchors overnight due to limited number of ports available for dockage in the area of operations on Lake Superior. The anchor often drags, putting the vessel and crew in danger of running aground, and it fouls easily, placing the crew in unsafe positions to clear it. Components of the system have been damaged due to the design. The entire anchor system should be replaced with a heavy duty chain system to increase efficiency and safety. This project will require modifications to the vessel structure and deck machinery and could affect the vessel's structure and stability. This project must be thoroughly evaluated and designed by a naval architect. The mooring kingposts on either side of the bow often do not provide enough lateral strain to keep the bow from drifting off the pier. Also, there is no capstan to provide tension on the mooring line. Technical Requirements The Architect-Engineer shall perform all services described herein in accordance with the work requirements. Specific tasks required are: a. Preliminary investigations. b. Preparation of detailed plans and specifications for the removal of existing anchoring system and construction of new anchor system.c. Provide breakdown of estimates for quantities and costs. d Consultation and advice during construction phase.e.Preparation of As-Built Drawings at completion of construction. It is anticipated that award for the A&E portion of the project will be made on our about July 15th, 2009. Design work must be completed within 60 days after award is made. In accordance with FAR 36.204 the magnitude of the construction project is estimated to be between $250,000 and $500,000. The construction portion of the project will begin in early Spring 2009. Pursuant to FAR Subpart 19.1002, award will be issued as an Emerging Small-Business Set-Aside. The NAICS code for this project is 541330. Potential contractors must be registered in CCR (www.ccr.gov) at the time of submission of their qualifications in order to be considered for an award. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF330 Parts I and II - Architect-Engineer Qualifications to include brief resumes of key personnel expected to have major responsibilities for the project (SF 330 is available at http://www.gsa.gov/portal/gsa/ep/formslibrary). IF YOU ARE INTERESETED IN SUBMITTING A PROPOSAL AND WOULD LIKE TO REQUEST A COMPLETE PACKAGE OF INFORMATION, PLEASE CONTACT ERICA NEMMERS VIA TELEPHONE (703- 648-7345) OR VIA EMAIL (enemmers@usgs.gov). YOU MAY ALSO CONTACT TARA FLORES AT 703- 648- 7318 OR VIA EMAIL AT tflores@usgs.gov. UPON REQUEST, WE WILL SEND COMPLETE PACKAGE EITHER VIA EMAIL OR THE U.S. POSTAL SERVICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09ERSS0017/listing.html)
- Place of Performance
- Address: ASHLAND, WISCONSIN<br />
- Zip Code: 54806<br />
- Zip Code: 54806<br />
- Record
- SN01842173-W 20090613/090611235241-70fbd1d0312fbc805a4814538d397e72 (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 |