Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2010 FBO #3080
SOLICITATION NOTICE

C -- SS CAPE GIBSON (Galvestion, TX) - Achitectural and Engineering Services

Notice Date
4/29/2010
 
Notice Type
Presolicitation
 
Contracting Office
DOT/Maritime Administration, MAR-380 1200 New Jersey Ave SE, MAR380 W26-429 Washington DC 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA1R10023
 
Response Due
5/31/2010
 
Archive Date
4/29/2011
 
Point of Contact
Janice Marshall Contract Specialist 2023661744 janice.marshall@dot.gov;
 
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
Total Small Business
 
Description
The U.S. Department of Transportation, Maritime Administration (MARAD) through RFP DTMA1F10023 is seeking professional architect-engineering (A/E) services (more specifically, professional Naval Architect and Marine Engineering services or "design agents") to develop and provide a Conceptual Design Engineering Report and Conceptual General Arrangement Drawings for the Conversion of the SS CAPE GIBSON. Upon completion, MARAD will meet with the regulatory body authorities (United States Coast Guard (USCG) HQ, USCG Marine Safety Center and American Bureau of Shipping (ABS)) in Washington, DC. Design agent participation in this meeting(s) in a consultation capacity will be required. The SS CAPE GIBSON, built in 1968 at Newport News Shipbuilding, is currently docked in Galveston, TX, at the Texas Maritime Academy (TMA). Basic information and photos of this vessel can be obtained at this public webpage: http://www.navsource.org/archives/09/13/135051.htm. This vessel is certified by the USCG and is classed by ABS as a Freight Ship and General Cargo Vessel respectively. It is the intent of MARAD, the vessel owner, to convert this vessel during two separate phases into a certified and classed Public Nautical School Ship for assignment to TMA. It is envisioned that the first phase (or "Phase I") of the conversion will increase the carrying capacity to a total of 200 persons (160 cadets and 40 officers, crew and staff). It is envisioned that the second phase (or "Phase II") of the conversion will increase the carrying capacity to a total of 565 persons (500 cadets and 65 officers, crew and staff). The USCG and U.S. Code of Federal Regulations ("CFR") define this conversion project as a "Major Conversion". A firm-fixed price contract for these services is anticipated. The estimated start and completion dates are June 9, 2010 and August 20, 2010. The selected design agent shall provide: 1. a Conceptual Design Engineering Report, to include preliminary engineering analysis, calculations and estimates; 2. Conceptual General Arrangement Drawings for both phases: Phase I and Phase II of the conversion project; 3. Rough Order Magnitude or "ROM" cost estimates for accomplishment of Phase I and Phase II during future shipyard periods. Furthermore, the selected design agent shall provide or perform: 4. Two or more detailed surveys or ship checks of the vessel at its current location; 5. During these same visits, meet with and interview the ship's crew and TMA shore side administrative staff; 6. During these same visits, discuss and verify the validity and accuracy of the existing TMA "Requirements Document" with the ship's crew and TMA admin staff; 7. Analyze, verify and update the validity and accuracy of the existing MARAD "Gap Analysis" Document; 8. Subsequent visits to the CAPE GIBSON and TMA will include presenting first drafts of deliverables to TMA and MARAD representatives for review, discussion, analyses, edit and revision; 9. Upon concurrence with TMA and MARAD of the Conceptual Design Engineering Report and the Conceptual General Arrangement Drawings, these deliverables shall be presented to the USCG and ABS (in one or possibly more meetings in Washington, DC) for USCG and ABS concurrence and approval of the design approach; modifications are to be made to these deliverables as necessary and as required in order to obtain USCG and ABS concurrence and approval. At the successful completion of these tasks, the government may (at its discretion) exercise an Option to the design agent to develop and provide a detailed, shipyard construction-level design package for Phase I only. This package shall include all necessary engineering and technical analyses, calculations, specifications and arrangement/system drawings, consistent with detailed, contract level solicitations and at a level of detail sufficient for all regulatory body (ABS and USCG) approval. If exercised by the government, this Option will have a delivery due date of December 31, 2010, and subject documentation, specifications and drawings must all be stamped approved by ABS and USCG by that due date. When responding to this announcement, design agents must fully address their capability, qualifications and past experience with regard to each of the evaluation criteria specified below. Design agents should submit their complete qualifications as they may be evaluated solely on their written responses. Oral interviews may be held at the discretion of the government. Design agents interested in submitting their qualifications for this procurement must utilize a Standard Form (SF) 330, Architect-Engineering Qualifications Form with supplemental forms as necessary. Design agents must fully address their capability, qualifications and past experience which will be measured against the three (3) evaluation factors listed below in order of importance, to be considered by a source selection board.1.Knowledge and past experience of commercial ship conversion projects, including Major Conversion projects involving USCG COI Certification and ABS Classification Rules; including (but not limited to) knowledge and past experience in the design and engineering of modifications to a vessel's structural fire protection, emergency egress, trim and stability, sea keeping, permanent ballast, light ship weight, intact stability and damage stability. 2.Knowledge and past experience of all applicable regulatory body requirements, including (but not limited to) ABS rules and regulations; USCG rules, regulations and the CFR, including CFR Subchapters H, I, J, R and W requirements; IMO, SOLAS, MARPOL, FSS and IEEE rules, regulations and guidelines. 3.Overall professional Naval Architect and Marine Engineering qualifications of your firm's principals and project managers (and of those individuals that may be assigned to this project). Qualifications packages are to be sent electronically to Ms. Janice Marshall, Contract Specialist, Office of Acquisition, MARAD at janice.marshall@dot.gov. All qualification packages must be received no later than May 31, 2010 at 12:00 p.m. Washington, DC local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA1R10023/listing.html)
 
Record
SN02136016-W 20100501/100429235014-c0aa4550fb0b58527cbd2e5f02ac9ab8 (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.