SOURCES SOUGHT
Z -- Marine Engineering Support Services
- Notice Date
- 5/24/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-12-R-20010
- Archive Date
- 6/29/2012
- Point of Contact
- Roland J. Regan, Phone: 6174943185
- E-Mail Address
-
roland.regan@dot.gov
(roland.regan@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- 1.0 Description: The U.S. Department of Transportation (U.S. DOT), Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, issues this sources sought notice to assist the Government in determining the acquisition strategy. All capable business concerns who are interested shall submit responses to all of the questions listed below. Interested small businesses shall indicate whether they are certified 8(a), Hubzone, veteran-owned, service disabled veteran owned, disadvantaged or woman owned. As a result of recent changes to FAR Part 19, small business concerns must ensure that their status certifications are up to date. 2.0 Background: The United States Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center (Volpe Center) has been providing marine engineering, marine logistics and marine safety support expertise to various sponsoring organizations in areas related to Marine Transportation and Marine Infrastructure. The Volpe Center is seeking to expand its' capability in these areas. Typical work activities may consist of: 1. Marine Engineering / Design Support 2. AutoCAD Design Services 3. Systems Analyses 4. Shipboard Inspections 5. Marine Business Analyses 6. Marine Safety Analyses 7. Marine Security Support. Types of disciplines/subject matter areas may include Structural, Electrical, Piping and Machinery, Mechanical, AutoCAD Design, Technical Writing, Systems Analysts, Estimators, and Project Team Leaders. 3.0 Submission Instructions: The U.S. DOT is seeking capability information from all interested parties. Capability information shall include: Contract number; Customer (Government agency or private industry); Contracting Officer's Representative (COR) name (or private industry point of contact (POC)), telephone number; contract value, type of contract, and period of performance. Responses shall address each of the following requirements: 1. Describe your company's past experience working on U.S. Coast Guard Cutters, MARAD Training Ships, U.S. Army Watercraft, U.S. Navy ships, and Government ferry boats over the past 3 years. 2. Describe your company's experiences working with the subject matter areas identified in paragraph 2.0 and include the use of Code of Federal Regulations (CFRs), Safety of Life at Sea (SOLAS), Military Standards (Mil-Std), American Society of Mechanical Engineers (ASME) drawing standards and American Bureau of Shipping (ABS) standards. 3. Describe your staff's availability to support this work (Program Managers, Senior Technical and other technical and administrative staff), also provide the number of employees, and their technical disciplines. Demonstrate through a staffing matrix or list; the job titles, degrees, certifications, P.E. licenses, years of experience, and whether full or part time employees. 4. Identify your company geographical location(s) and size of staffing at these locations. 5. Describe any subject matter experts or specialists you have available, for example fire protection, fire alarm, intrusion alert systems, materials testing, etc. 6. Describe your company's quality assurance program (i.e. International Standards Organization (ISO)) to ensure technical deliverables and design approaches are applied consistently and of high quality by the engineering staff. 7. Describe your CAD capabilities and abilities to work multiple designs concurrently. Information provided should be in sufficient detail so the Government can assess the ability of the interested party to provide the minimum services described above. The North American Industry Classification System (NAICS) code for this acquisition is 541330 with a small business annual sales size standard of $14M. All of the information sought should be conveyed in no more than six (6) pages. Page size is set at 8½ X 11 inches; text font must be no smaller than 12 point; and text should be doubled spaced. Each response must reference the sources sought title. Interested parties must respond to this announcement in writing no later than June 14, 2012, 2:00 PM Eastern Time. Telephone requests will not be honored. All responses must be submitted via e-mail to the Contract Specialist, Roland Regan, at roland.regan@dot.gov. Electronic attachments to the e-mail should be submitted in Microsoft Office 2003 (or later) productivity application formats, or any format that can be imported by Microsoft Office. 4.0 THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only, and is a market research tool to determine the method of acquisition and possible issuance of a Request for Proposal. The notice does not constitute a solicitation for bids, quotations, and proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government is not obligated to and will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Submissions must be disclosable to the public or the submitter should provide a summary statement that can be disclosed to the public with fuller supporting information that is clearly marked as restricted. The Government will use customary means to safeguard proprietary information, but only when such information is (1) clearly marked as proprietary; (2) is, in fact, information that could not have been obtained from another party or source; and (3) is otherwise deserving of such treatment under standards and processes described in the Freedom of Information Act (FOIA) and Executive Order 12600.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-R-20010/listing.html)
- Record
- SN02757690-W 20120526/120524235958-f235290786b6527d04affb4d240ac4a0 (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 |