Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer contracts for the design of inland waterways and offshore vessels

Notice Date
7/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-18-R-0037
 
Archive Date
8/28/2018
 
Point of Contact
Theresa R. Feeley, Phone: 2156566903, Gregory C. Keaton, Phone: 215-656-3826
 
E-Mail Address
theresa.r.feeley@usace.army.mil, gregory.c.keaton@usace.army.mil
(theresa.r.feeley@usace.army.mil, gregory.c.keaton@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ARCHITECT ENGINEER SERVICES. The Marine Design Center requires assistance in naval architecture, marine engineering, computer aided design and drafting (CADD), preliminary design, detailed (final) design, and design studies. It is intended to award up to two five-year indefinite delivery contracts, having a total capacity of $5,000,000.00 each with a maximum delivery order limit of $1,000,000.00 each. The evaluation factors for each of the two contracts are provided below. The NAICS code for this procurement is 541330 with a size standard of $38.5 Million. This is 100% Small Business Set-Aside. PROJECT INFORMATION: The following primary evaluation factors are listed in descending order of importance. Within evaluation factor a, the bulleted elements are also in descending order of importance a.Organizational expertise and recent experience in the following areas: •design of workboats, towboats, special purpose barges and floating plant; to include subsystem/component specific design and integration •design and analysis related to high-speed aluminum craft. •regulatory body coordination on complex projects, to include the design approval and testing protocol (USCG & ABS) •CFD hull, propeller and rudder flow field analyses •design with emphasis on environmental considerations such as use of hybrid technology, features that incorporate emission reduction, and use of environmentally friendly fluids and other sustainable solutions •work boat and high speed craft propeller design and optimization. •design with consideration to life cycle costs to include ease and frequency of maintenance and ease of major component replacement •Finite element analyses •weight estimating •cost estimating •floating crane load handling analysis •design and engineering support to tier 2 and sub-tier 2 shipyards, including on site inspection and technical support b.Core staffing of professionally registered Naval Architect(s) and Marine Engineer(s), supported by either in-house or a demonstrated network of professionally qualified Mechanical Engineers, Electrical Engineers, Structural Engineers, Cost Estimators, and specialty sub-contractors. The organization for the contract, including sub-contractors where applicable, shall be structured for contractual and practical ease of operation, and shall have at their disposal all necessary resources, including specialty software, to accomplish the work orders. All work shall be reviewed, approved and stamped by registered professional engineers. The key personnel to be assigned to this contract shall be identified. c.Past Performance, if any, of the firm with respect to performance on both Defense Department contracts and private contracts. d.Contractual simplicity to the Government with respect to minimizing coordination and travel for all management, contract administration/management, engineering, and drafting performance and review. e.Ability to work in AutoCAD, Solidworks, GHS and Rhino. f.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. SUBMISSION REQUIREMENTS Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed Standard Form (SF330) Parts 1 and II revised 8/16 or more recent for the prime firm and SF330 Part II for each consultant. It is requested that the SF330's also be provided on a CD-ROM along with one hardcopy. Please submit this information to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 720, 100 Penn Square East, ATTN: Megan Coll, Philadelphia, PA 19107-3390 not later than the close of close of business on August 13, 2018. Include your DUNS number in block 11 of paragraph C of Part 1 of the SF 330. All contractors are advised that registration in the System Award Management System (SAM) at www.sam.gov is required prior to submission of your SF330s. Failure to be registered in SAM may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site at www.sam.gov. The Contracting Officer reserves 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 notifications to firms will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-18-R-0037/listing.html)
 
Record
SN04992022-W 20180715/180713231215-2e6ee5a693f5b25f0dbd60353c8e151f (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.