Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

C -- AE Services for Marine Design Center, Dredge Fleet

Notice Date
2/22/2021 11:59:13 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU20R0032
 
Response Due
3/2/2021 12:00:00 PM
 
Archive Date
03/17/2021
 
Point of Contact
Peggy Grant, Phone: (215) 656-6862, Jamaal A. Edwards, Phone: 2156563241
 
E-Mail Address
Peggy.Grant@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL
(Peggy.Grant@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Title: INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR DREDGE VESSEL ENGINEERING SERVICES, NAVAL ARCHITECTURE, MARINE ENGINEERING Classification Code: C -- Architect and engineering services NAICS Code: 541330 -- Engineering Services Is this a Recovery and Reinvestment Act Action? No Response Date: 2�MAR 2021 at 3PM EST Primary Point of Contact: Peggy Grant Phone: (215) 656-6862 Email: Peggy.Grant@usace.army.mil ALL ITEMS THAT ARE UNDERLINED AND IN BOLD ARE AMENDMENT 0003 (29 Jan. 2021)�CHANGES WHICH HAVE BEEN �INCORPORATED INTO THIS DESCRIPTION. Description: I. CONTRACT INFORMATION: The Marine Design Center (MDC) is the Army Corps of Engineers� National Center of Expertise for Naval Architecture and Marine Engineering. The MDC requires assistance with vessel design and analysis services for dredges and other vessels with hull LWL greater than 150 feet. It is intended to award ONE (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract, having a total capacity of $15,000,000.00. The average task order value of work is estimated to be $100,000.00 with an estimated maximum value of $1,000,000.00. The guaranteed minimum for the contract term is $10,000 and will be satisfied by the simultaneous award of a task order with the base contract. The contract term will be for a five (5) year period. This contract is being solicited as a Small Business Set-Aside (SBSA). The North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $41,500,000. This contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. II. PROJECT INFORMATION: Following award of the IDIQ Contract, the actual scope of work to be performed will be defined in detail under each individual Task Order. Task Orders will be negotiated and issued as firm fixed price orders under the terms and conditions of this IDIQ Contract. The Government is under no obligation to issue any particular number or type of orders. Labor rates for each discipline, overhead rates and escalation factors for each calendar year of the contract will be negotiated in the base contract with negotiated escalation factors applied to the years of the contract. When determining whether work should be placed under this contract as opposed to other available sources, the Government will consider the following criteria in descending order of importance: A. Relevant specialized experience noted in evaluation factor A of the selection criteria below B. Capacity to accomplish the task order in the required time The principle geographic areas of responsibility for this contract are anywhere within the worldwide geographic footprint of the Marine Design Center work for other Government Agencies and work for overseas projects could be a part of this contract. III. ANTICIPATED SCOPE Task orders will include design and engineering support in the following areas including but not be limited to: � Feasibility studies � Naval Architecture � Marine Engineering � Marine Electrical Engineering � Hybrid Power System Engineering � Dredging Engineering, � Dredge Hopper Pump Out Discharge Systems � Ballast Water Treatment, and Vessel VGP design & engineering � Regulatory (ABS, USCG, API) compliance � Vessel overhauls and life extension projects � Facilities Engineering Maintenance System (FEMS) Maintenance processes, and items � Vessel energy efficiency optimization � Propulsion type evaluation � Propulsion sizing and design � CRPP system design incorporating draft and velocity sensing. � Structural modeling (FEA), both steel and aluminum � Computer-aided design and drafting (CADD) � Computational Fluid Dynamics (CFD) analyses � Tank testing � Sea keeping and motion analyses � Load Management Program Development and Support (GLM) � Dynamic Positioning System Analyses � Hopper Pump-Out Mooring System Analyses � Acoustic and vibration engineering � Preliminary design, � Contract level design � Detailed (final) design � Detailed weight estimating � Cost Estimates � Vessel laser scans � Vessel Photogrammetry � Dredge hopper volume calibration to API tank capacity calibration standards. � Sea Trials support, including propulsion shaft line instrumentation and HP measurement And � Related design studies, analysis and reports. � Vessel Inclining Tests � Vessel inspections and condition evaluations � Shipyard Engineering phase support � Shipyard construction inspections IV. SELECTION CRITERIA: The following evaluation factors, A through F form the basis for selection. The criteria are listed in descending order of importance: A. Specialized experience and technical competence applicable to marine vessels. The following areas of organizational expertise and recent experience, items 1 through 5 below, are listed in descending order of importance with dredge-related experience being significantly more important than other marine experience. Organizational experience and recent experience will be evaluated based upon the project examples listed in Section F of the SF 330 with no more than 10 projects listed. The projects shall demonstrate the teams experience and competence with all the areas listed below. The prime A/E/ JV Entity shall be included in at least 5 of the projects listed in Section F. Projects completed with the last 5 years will be given more weight than projects completed within the last 10 years. Projects completed more than 10 years ago shall not be provided as relevant experience. The participation and involvement of key personnel listed in Section E and G will also be part of the evaluation criteria. : 1. Design and engineering support for the following types of vessels with hull LWL greater than 150 feet including: � Unrestricted Ocean Going Hopper Dredges � Dredge Pump-Out Shore Connector Barge / Buoy Float systems. � Riverine Dustpan and Pipeline Dredges � Dredge Floating Pipeline systems. � Shallow Draft Split Hill Dredges � Other self-propelled vessel types Note - This Contract is not intended to acquire the detailed proprietary designs of individual dredging components (ex. dragheads, dredge pumps, etc.) for the purpose of fabrication. It is intended to provide design and engineering support for the integration of dredging components that are purchased commercially under separate contracts. 2. Design for efficiency and application of environmental technologies, specifically those commonly applied to dredges with hull LWL greater than 150 feet and their dredging systems. This also includes general environmental regulations being imposed on the marine industry, such as emission reduction and reduction/elimination of discharges. 3. Life Cycle analysis to include capital costing of new vessels, costing of conversions, predictions of operating and maintenance costs, and vessel useful life expectancy. 4. Design and engineering support on Government contracts in tier 2 and sub-tier 2 shipyards, including onsite technical support, construction engineering surveillance and coordination. 5. Regulatory body (USCG and ABS) submittals and approval process. B. Professional Qualifications �. Key personnel members of the prime A/E / JV Entity shall include professionally registered/licensed Naval Architect(s) and Marine Engineer(s). Key personnel shall also include either in-house staff or a demonstrated (with evident previous historical relationship) network of sub consultants consisting of the following professionally qualified specialists: 1. Electrical Engineers 2. Dredging Engineering consultants 3. Acoustic Vibration Engineers 4. Finite Element Analysis (FEA) Engineers 5. Propeller Design and Computational Fluid Dynamics (CFO) Engineers 6. Specialty marine sub-contractors. Evidence of previous historical relationships with subconsultants shall be provided in the form of a narrative in Section H of the SF 330. All work produced under this contract shall be reviewed and approved by registered professional engineers responsible for the project. Evaluation of qualifications will primarily consider relevant education, registration, and training and overall relevant experience using information provided from Section E (resumes of key personnel) of the SF 330. Resumes provided in section E shall be limited to 2 pages each. All relevant project experience of individuals will be considered. At least one of the Naval Architect(s) or Marine Engineer(s) shall have work experience of at least 20 years in that discipline. The matrix in Section G showing experience of the proposed key personnel on the projects listed in Section F will be used as part of the evaluation. C. Capacity to accomplish the work in the required time parameters. The submission shall demonstrate the capability of the organization to perform up to $3 million in work of the required type within a one-year period. Additionally, the prime A/E/ JV Entity shall demonstrate the capability of performing over 50% of the work anticipated under this contract. The evaluation will consider the availability of an adequate number of personnel in the disciplines described in paragraph B. above as presented in section E. (Resumes of Key Personnel) of SF 330. As a secondary measure the evaluation will also consider the numbers listed in Part II of SF 330 to evaluate the overall capacity of the team. Include a Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team. D. Capability and experience in utilizing specialty marine software to include at a minimum GHS, NavCad, AutoCad, Rhino, Nei Nastran with FEMAP, EasyPower and Solidworks, or compatible software that outputs directly into the formats of the programs previously described in this section. Evidence of capability and experience shall be provided in the form of a narrative in Section H of the SF 330. E. Past performance, if any, of the firm with respect to performance on Government and private contracts. References and letters of recommendations from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Any letters should be for projects of similar/relevant nature . Contracts referenced and information such as letters provided shall be no older than 5 years from the date of this synopsis. Information provided with the submission as well as a review of the CPARS system will be the basis of the evaluation. F. Extent of participation of Small Businesses, Small Disadvantaged Businesses, HUBZone, 8(a), Women Owned, Service-Disabled Veteran Owned Business, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. V. SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 (revision 8/2016) Parts I and II for the prime A/E firm and Part II for each/any subconsultant, to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, Contracting Division ATTN: Peggy Grant, Philadelphia, PA 19107-3390 not later than the 2nd of�March �2021 at 3PM EST. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. Vendors are required to provide their completed SF330�s and signed copies of all Amendments (SF30) posted from this synopsis on a CD or DVD only. (In-Person Delivery is acceptable, but no paper or email submittals will be accepted).�This solicitation is being extended due to recent weather events and the impact it may have had on recent mail deliveries.� Vendors are encouraged to track their mailed submissions and reach out directly to the Contract Specialist should they envision any problems with delivery prior to March 2nd.� All contractors are advised that registration in the DODs System for Award Management (SAM.gov) Database is required prior to award of a contract. Failure to be registered in the SAM Database 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 the Web Site http://www.sam.gov or you may call (866) 606-8220 (available 24 hours, 7 days a week). 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 notification to firms for this project will be made. In accordance with the FAR 36.601-4(b) � contracts for architect-engineer services may only be�awarded to firms permitted by law to practice the professions of architecture or engineering. Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm�s elimination from further evaluation. (this statement is based on criterion A and E). Place of Contract Performance: US Army Corps of Engineers 100 Penn Square East Wanamaker Building Philadelphia, Pennsylvania 19107 United States Set Aside: Total Small Business
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad3914e890034f92950762e80ff63ec4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05922641-F 20210224/210222230106 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.