Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2016 FBO #5276
MODIFICATION

R -- NAVAL ARCHITECHECTURE AND MARINE SERVICES CONTRACT

Notice Date
5/2/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00419
 
Response Due
6/27/2016
 
Archive Date
7/12/2016
 
Point of Contact
Walker, Gail
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: Notice Type: A & E Synopsis Sources Sought: SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey, Great Lakes Science Center (GLSC) has a requirement for a Naval Architect and Marine Engineering Services (A-E) Indefinite Delivery Indefinite Quantity (IDIQ) contract to perform architect and engineering services in Michigan, Wisconsin, Ohio, New York and in habitats in the Great Lakes Basin and, may be required at sites in Canada along the Great Lakes Basin. This requirement will be awarded under one contract. This is a Small Business set aside under NAICS code 541330 with a Small Business Size Standard $15M for the requirement. The contract will consist of a base 12-month ordering period with four 12-month option periods. All options are subject to the availability of funds. The maximum total dollar amount to be awarded for this contract under this IDIQ shall not exceed $750,000.00 over a five year period. These services will be procured in accordance with Public Law 92-582 (Brooks Act) and FAR 36.6. This is a two part process: Part I ¿ Offerors will submit their SF330 A-E Qualifications by the response due date. Forms can be found on GSA website http://www.gsa.gov/portal/forms/download. The government will then evaluate and rate them. The most highly qualified firms will then be slated forward for consideration under Part II. Part II ¿ Only the most highly qualified firms will be sent the Request for Proposal (RFP) to respond to by the date indicated in the RFP. BACKGROUND: The USGS exists to meet the nations need for scientific information for restoring, enhancing, managing, and protecting living resources and their habitats in the Great Lake Basin ecosystem. The GLSC is headquartered in Ann Arbor, Michigan, and has biological stations and research vessels located throughout the Great Lakes Basin: Ashland, WI vessel R/V KIYI; Cheboygan, MI 2 vessels R/V Sturgeon and R/V Articus; Sandusky, OH 1 vessel R/V Muskie; and Oswego, NY 1 vessel R/V Kaho, and may be required at sites in Canada along the Great Lakes Basin. These five (5) vessels (lengths 70-107 feet are the primary platforms for the center ¿s world-renown deep water science program. USGS research spans a range of studies including fish populations and communities, aquatic habitats, terrestrial ecology, near shore and coastal communities, and the biological processes that occur in this complex ecosystem of the Great Lakes Basin. CONTRACT REQUIREMENTS: The vendor shall provide Naval architectural and marine engineering services to support all aspects of ship maintenance, repair, alteration, and material readiness for the GLSCs existing fleet of fishery research vessels, as well as architectural, structural modeling, and owner ¿s representative services for new vessel construction. All services provided shall be performed under the supervision of a licensed professional naval architectural and marine engineer. Engineering services shall include structural and logistical engineering and any engineering services necessary to maintain the operational readiness of all shipboard systems, electronic, and deck machinery. The work under this contract will primarily require performance at the contractors offices, shipyards, and aboard GLSC ships and small crafts in U.S. Ports. However, performance may be required at sites in Canada along the Great Lakes Basin. ¿Engineering services ¿ shall include structural and logistical engineering and any engineering services necessary to maintain the operational readiness of all shipboard systems, electronics, and deck machinery. The work under this contract will primarily require performance at the contractor ¿s offices, shipyards, and aboard GLSC ships and small crafts in U.S. ports. However, performance may be required at sites in Canada along Great Lakes basin. SELECTION CRITERIA: Part 1- The selection criteria are listed in the descending order of importance, with factors A, B and C being equal and weighted significantly more than factors D and E. FACTOR A (25 points). Specialized experience and technical competence in the type of work required, including, ship maintenance, repair, alteration, and material readiness for the GLSC ¿s existing fleet of fishery research vessels, as well as architectural, structural modeling, and owner ¿s representative services for new vessel construction. FACTOR B (25 points). Past performance on contracts with Government agencies and private industry, with similar work as is being requested in the sources sought, in terms of cost control, quality of work, and compliance with performance schedules. The offeror is responsible for ensuring that all pertinent past performance information is cited in Section F of the SF330. FACTOR C (25 points). Location in the general geographical area of the project and knowledge of the locality of the project. The project location is Ann Arbor, MI 48105 to include Wisconsin, Ohio, New York and in habitats in the Great Lakes Basin and, may be required at sites in Canada along the Great Lakes Basin. FACTOR D (15 points). Professional qualifications necessary for satisfactory performance of required services. Registered/licensed professional engineer(s) and architect(s), as permanent staff of the prime or prime clearly demonstrates the management of these professionals in teaming and subcontracting arrangements. The evaluation will consider certifications, education, training, registration, overall and relevant experience, longevity with the firm, and personnel strength. FACTOR E (10 points). Capacity to accomplish the work in the required time. The period of performance will be a base year and four additional option years. To ensure contractor progress is made and to evaluate the contractor ¿s performance under various task orders. ADDITIONAL INFORMATION: No pre-submittal conference is planned for this award. FAQs will be posted at least once prior to response date. Submit questions via email to the point of contact listed below. All questions shall be submitted by June 6, 2016 11:00 AM MT. Solicitation packages are not available. This is not a Request for Proposal. Your company must have a DUNs number and be registered on-line at the SAM.GOV website. You will also be required to provide your small business status information either via your response to this synopsis or the On-line Representations and Certifications (ORCA) website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. SUBMISSION REQUIREMENTS: Firms having the capability to perform this work and desiring to be considered shall submit an SF330 completed in its entirety. All subcontracting or teaming arrangements must be included in the SF330. Include the business size and estimated percentage of involvement of each firm (prime, subcontractors, teaming partners). Address all items in the selection criteria paragraph above. Submittals from consortium/teaming arrangements are permitted, but only one submittal by any one member of that consortium/teaming arrangements as prime will be considered. All responses must be submitted No Later than JUNE 27, 2016 at 11:00 AM MT via e-mail to: gwalker@usgs.gov. Please specifically address the selection criteria above using Section H of the SF330. Section H is limited to 50 pages. Additional Information: Contracting Officer Address: Denver Acquisition Branch Building 810, Room 8200 Denver Federal Center Denver, CO 80225-0046
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G16PS00419/listing.html)
 
Record
SN04102399-W 20160504/160502234710-bbd806f348101260a510eae21a99b745 (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.