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