Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158

Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051

R -- MARINE DESIGN SERVICES SOL N00406-98-R-5182 DUE 090298 POC Victor Angkico (360)476-0267 This CBD announcement serves as a request for information (RFI) to the above solicitation, with services described below. It is requested that all interested parties review the services and requirements described and consider providing information to the Contracting Officer on best commercial practices in the type of marine design services being required. Information to be provided may include any commercial processes or methodologies used in acquiring these type of services, known market forces, and current trends in the commercial sector relevant to these services. How is the need for these same services met in the private sector? What suggestions/lessons learned can you provide which would improve the RFP and/or acquisition process based upon both your prior commercial and Government experiences. The Government does not intend to pay for information received as a result of this request. Responses may be received in writing at: Fleet and Industrial Supply Center Puget Sound, Contracting Officer, Code205.VA, 467 W Street, Bremerton, WA 98314-5120 or faxed to (360) 476-8701. Responses may be provided electronically at: victor_b_angkico@puget.fisc.navy.mil with the subject line "N00406-98-R-5182". Description of required services: The contractor shall provide comprehensive engineering services in the areas of naval architecture, mechanical, electrical/electronics, and environmental design. Services shall be in support of the Puget Sound Naval Shipyard (PSNS) and shall primarily be accomplished within a local commuting area of PSNS. This will include engineering design/calculations, technical research, material specifications, and detailed reports based on engineering studies and analysis relating to ship and shipyard industrial facilities and equipment. This may also include Computer Aided Design (CAD) drafting services, computer programming and support services, and technical document preparations. The Contractor shall establish a full service office in Kitsap County, Washington within thirty (30) calendar days of contract award. A full service office is defined as an office capable of performing and completing all the work described in the specification. To ensure conformance of all work performed under the contract, the Contractor shall provide and maintain a Quality Program that parallels MIL-Q-9858 (note that MIL-Q-9858 approval is not required). It is estimated that the following labor categories and yearly level of effort will be required: Chief Design Engineer 840 hrs (ST); Supervisory Naval Architect Engineer 1100 hrs (ST); Senior Naval Architect/Engineer 5160 hrs (ST), 450 hrs (OT); Senior Environmental Engineer 735 hrs (ST); Environmental Engineer 210 hrs (ST); Junior Naval Architect/Engineer 262 hrs (ST); Computer Specialist 4037 hrs (ST); Senior Naval Architect/Engineering Tech 18900 hrs (ST), 1644 hrs (OT); Naval Architect/Engineering Tech 7912 hrs (ST), 688 hrs (OT); Junior Naval Architect/Engineering Tech 483 hrs (ST), 42 hrs (OT); Drafter 2654 hrs (ST), 230 hrs (OT); Equipment Specialist 1448 hrs (ST), 125 hrs (OT); Technical Writer 52 hrs (ST); and Office Automation Clerk 5548 hrs (ST), 482 hrs (OT). It is estimated that approximately 16300 hrs of CAD Computer time will additionally be required. The contract will be solicited for a base year and 4 option years. It is imperative that any potential offeror have in place, a staffing plan to acquire additional personnel on an immediate basis (by hiring, pulling from other company divisions outside the local area, and/or subcontracting) to accommodate busy and/or emergency situations. Often these people will require highly specialized skills unique to the given situation. One example of this is the Government's desire to have engineering personnel with marine technical expertise to also be proficient in the operation of CAD equipment in order to ensure cost effective performance in the shortest possible timeframes. The contract base year period of performance is expected to begin 01 Oct 99. Source selection will be made upon a greatest value analysis,considering price, past performance, and technical understanding. Oral presentation of the management/organizational information, as well as past performance information, are anticipated. Potential offerors are invited to submit any suggestions/comments/changes, given the above stated requirements, that it may have to aid the Government in acquiring the services utilizing commercial practices to the greatest extent possible. All information provided shall be in writing. This RFI synopsis is only intended to permit the Government to obtain industry input regarding best commercial practices and is not a pre-solicitation notice. A separate pre-solicitation notice, in which offerors can request a copy of the RFP, will be issued at a later date. Posted 08/11/98 (W-SN235494). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0115 19980813\R-0015.SOL)


R - Professional, Administrative and Management Support Services Index Page