Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

C -- A&E Services for Design of a Tugboat

Notice Date
8/7/2018
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
6923G518R0125
 
Archive Date
9/22/2018
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
patricia.white@dot.gov
(patricia.white@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is for architect-engineer (A-E) services and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the contracting office shown. The Saint Lawrence Seaway Development Corporation (SLSDC) requires a Naval Architect/Marine Engineering firm to provide preliminary and final designs, specifications, drawings and cost estimates for construction of a vessel to meet the following characteristics, with an optional requirement to provide consultation services through the construction phase of the vessel. The vessel shall be an ice classed tugboat between 40 and 60 ft. long with a beam between 15 and 20 ft. and a draft of no more than 12 ft. It shall be designed for zero discharge of effluents, to conform with EPA emission regulations, with twin screws, for a running speed of 10 to 12 knots and shall be equipped with a two-four ton capacity knuckle boom crane. The vessel will be used for commissioning, decommissioning, and maintaining floating and fixed navigational aids and for moving SLSDC-owned floating plant in the St. Lawrence River and on Lake Ontario. Firms responding to this announcement before the closing date of September 7, 2018 will be considered for selection, subject to any limitations indicated with respect to size of the firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selections of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with specific selection criteria as follows: (1) Specialized experience and technical competence in the type of work required. The firm must have specific experience within the last five years designing vessels having similar characteristics as required for this vessel ; (2) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (3) Professional qualifications necessary for satisfactory performance of required services. Designated individuals must have specific experience, within the last five years, designing vessels having similar characteristics as required for this vessel ; and (4) Capacity to accomplish the work in the required time. Estimated period of performance is October 2018 through February 2019. The SLSDC contemplates awarding a firm fixed type contract. There is no estimated cost range for the project at this time. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov be eligible for award. For additional information on this procurement, please contact Patricia White at patricia.white@dot.gov. This is a total small business set-aside procurement. Size standard is $38.5M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G518R0125/listing.html)
 
Record
SN05023830-W 20180809/180807231149-16139b8aa4cd06b0e880dc50f6e13b8c (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.