Environmental Capacity Assessment for U.S. Commercial Ship Design-Build Capabilities

From: Federal Government(Federal)
693JF724R000007

Basic Details

started - 22 Apr, 2024 (4 days ago)

Start Date

22 Apr, 2024 (4 days ago)
due - 29 Apr, 2024 (in 2 days)

Due Date

29 Apr, 2024 (in 2 days)
Bid Notification

Type

Bid Notification
693JF724R000007

Identifier

693JF724R000007
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8247)MARITIME ADMINISTRATION (720)693JF7 DOT MARITIME ADMINISTRATION (365)

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Solicitation No. 693JF724R000007Environmental Capacity Assessment for U.S. Commercial Ship Design-Build CapabilitiesRFP Amendment No. 4The purpose for amendment no.4 is to respond to the following questions.Question-1: Does the 15-page limit include letters of support, table of contents and cover pages? Or can these pages be submitted separately or in addition to the 15-page limit?Response –1: 15 pages includes the entirety of the proposal; no additional pages will be reviewed.Solicitation No. 693JF724R000007Environmental Capacity Assessment for U.S. Commercial Ship Design-Build CapabilitiesRFP Amendment No. 3The purpose for amendment no.3 is to respond to the following questions.Question-1: Under paragraph “Allowable Costs” of Article 8 – Funding & Allowable Costs of the Terms and Conditions document (Solicitation No. 693JF724R000007, RFP Amendment No.1) it is said that: Funds provided by MARAD hereunder shall only be used on a reimbursable basis to pay for costs incurred by
Recipient in the performance of work set forth in Article 4. No funds will be used for expenses associated with or related in any way to work to be done or done in a facility owned by someone other than a Citizen of the United States (as defined in 46 CFR 315.3(b)) or located outside the United States of America.Considering that Ricardo is an international company with presence in the US, headquarters in the UK and office in several countries, we would like to kindly ask whether this clause can be waived so that Ricardo’s international expertise in the maritime industry can be fully leveraged for this study.? Response –1: There are no waivers or exemptions. Question-2: We understand that the RFP mentions that the contractor should evaluate vessels being built across all types and industries, however we would like to kindly ask whether this study is expected to include vessels below the threshold of 400 GT?Response 2: Yes, commercial vessels below 400GT should be considered and where appropriate included in the study.Question 3: Could you please confirm that the subject of the study is not covered by export control?Response 3: Please consult your attorney to determine if your study is covered by export controls”.Solicitation No. 693JF724R000007Environmental Capacity Assessment for U.S. Commercial Ship Design-Build CapabilitiesRFP Amendment No. 2The purpose for amendment no.2 is to respond to the following questions.Question-1: Will this be a FAR-based contract? Response –1: No, this will not be a FAR-Based contract. The vehicle will be a cooperative agreement. Question-2: Will the internal review team described in Section E “APPLICATION REVIEW INFORMATION” be evaluating proposed Firm Fixed Price (FFP) and Time & Material (T&M) contract types equally?Response 2: We would evaluate either fixed price or time and materials equally, however a Time and Materials contract should include a “not to exceed” amount or clause since this RFP has clear timeframe and firm deliverables and is not a situation where we would enter into an IDIQ situation. Question 3: Is there a cost-sharing requirement or preference?Response 3: No, this is not a cost-share requirement.Solicitation No. 693JF724R000007Environmental Capacity Assessment for U.S. Commercial Ship Design-Build CapabilitiesRFP Amendment No. 1The purpose for amendment no.1 is to respond to the following question.Question-1 :As part of our initial assessment includes review of the terms and conditions, would it be possible to receive a copy of the T&C’s as indicated under the RFP?Response –1: Below is the copy of the terms and conditions. See Attachment.FEDERAL AWARDING AGENCY NAME:Maritime AdministrationFUNDING OPPORTUNITY TITLE: Environmental Capacity Assessment for U.S. Commercial Ship Design-Build CapabilitiesSolicitation Number: 693JF724R000007FUNDING OPPORTUNITY NUMBER: 693JF724R000007ANNOUNCEMENT TYPE: Initial Announcement.ASSISTANCE LISTINGS NUMBERS(S): 20.817Request For Proposals (RFP)The Maritime Administration’s (MARAD) Maritime Environmental and Technical Assistance (META) program is issuing this request for proposals (RFP) for a comprehensive study(s) to understand current U.S. capabilities for design and construction of low/zero greenhouse gas (GHG) emission commercial vessels that also significantly reduce vessel generated underwater radiated noise (URN).Projects should be completed within 10 months from time of award.A. PROGRAM DESCRIPTION: The META program (46 U.S.C. § 50307) is investigating the interconnections between broader energy efficiency and decarbonization initiatives in the maritime sector, with a specific focus on reducing URN from vessels and exploring potential co-benefits. Key takeaways from a recent U.S. co-led IMO workshop stated in part that the most promising opportunities for optimizing energy efficiency gains and achieving GHG and URN reductions are in the early ship design stage, using a systems approach, and considering more holistic re-conception. The workshop highlighted the necessity for intentional and integrated ship designs that prioritize energy efficiency while simultaneously reducing GHG emissions and URN.Achieving a decarbonized shipping sector necessitates vessels to adopt lifecycle fuels with low to zero GHG emissions and technologies seamlessly integrated into novel vessel designs. These designs should prioritize efficiency and incorporate future alternative fuels and energy technologies. This will require promoting design, construction, conversion, and operation of vessels with net-zero GHG emissions and emphasize technologies with environmental co-benefits such as underwater noise reduction. This is a key opportunity to revolutionizing the U.S. shipbuilding industry to modernize and expand construction capacity to meet the needs of vessel owners to incorporate new technologies and alternative fuels that will be required to meet domestic and international emissions reductions targets. While this is a significant challenge for the sector, it also provides the opportunity to invest heavily in U.S. technology, shipbuilding capacity, and workforce development. This investment will enhance U.S. shipyards as a potent strategic asset while providing the ability to build and operate the next, low-carbon generation of the U.S. flag fleet.This Request for Proposals (RFP) is a first phase in understanding these issues and is soliciting support for a comprehensive study and industry analysis of vessel design, shipyard availability, and the capacity to construct the next generation of low emission vessels, inclusive of all types and categories of U.S. flag vessels. The study should: evaluate current capacity to build to existing standards, guidelines, and regulations for energy efficiency, GHG reduction, and URN reduction; undertake outreach to design firms and shipyards to gauge design-build capacity, challenges, and opportunities, including integration of technology beyond current guidance and standards; and explore U.S. vessel orders to identify emerging opportunities to support the U.S. fleet. Depending on the findings, subsequent phases may look to address unknowns and next steps. The deliverable is a report synthesizing the findings of the study components and outlining barriers, opportunities, requirements, and other emergent considerations, including research priorities, for the integration of GHG and URN reduction measures into U.S. vessel design and construction.The study consists of three components:Evaluate potential/existing standards, guidelines, and regulations for reducing emissions and URN from shipping. Assess the capacity of U.S. shipyards and design firms to meet these standards, considering international discussions at the IMO, the Revised IMO GHG Strategy, implementation of the CII and EEXI/EEDI, and revisions of guidelines for URN reduction. This includes referencing other standards and organizations such as ISO, SNAME and other relevant class notations.Undertake outreach to design firms and shipyards to evaluate design availability, ship build capacity and constraints, challenges, and opportunities including but not limited to, technology considerations, integration of new design elements, scheduling, capacity, supply chain, competition, workforce availability, and training. Evaluate the capacity to meet current emissions standards and the willingness and ability to implement technology and design requests beyond emissions/efficiency/noise reduction requirements to achieve additional combined emissions and noise reductions. This should include technologies and approaches that provide desired reductions with relevant discussion on impacts to emissions of other regulated pollutants. 2a.Technologies may include but are not limited to existing and emerging engine, fuel, and energy options (e.g. hydrogen fuel cells, battery electrification, engines suitable for alternative fuels such as spark-ignition or pilot-ignition hydrogen, methanol, hybrid and dual fuel capabilities, etc.); internal structures, such as engine mounts; propellers, shafts, wake flow designs, bubble application; hull form, coatings, and other technologies or approaches indicated for improvement of efficiency and reduction of GHG emissions and URN. Conduct outreach and analysis based on U.S. vessel orders and discussions with vessel owners to identify order trends and opportunities for supporting the U.S. fleet. Evaluate vessels being built across all types and industries, operational profiles, delivery timelines, shifts toward new designs, industries with fewer vessels on order, and their alignment with future sector needs. Analyze the inclusion of efficient or quieter vessel design elements and identify potential technology integration opportunities for new builds to support emissions reduction targets and vessel quieting goals.MARAD acknowledges the diverse elements integral to this project, encompassing considerations such as the status of ongoing regulatory or standards discussions, industry willingness to share sensitive information, and the breadth and scope of assumptions related to the future based on current capacity or orders. Overall, it is important that this study be based on a practical approach towards supporting the three components outlined herein and serve as a reference for MARAD and other USG agencies and offices when considering the US capacity to respond to emissions and URN noise reduction targets and goals.B. FEDERAL AWARD INFORMATION:The type of financial assistance instrument that will be awarded to a successful applicant is a cooperative agreement. The substantial involvement of MARAD may include coordinating discussions with interested parties including the interagency, industry, and others; providing background materials for specific consideration in the study; guidance on specific information or questions to be included in the study; review of materials and deliverables at intermediate points; and other engagement, as needed.Upon the study's completion, the awardee must furnish a comprehensive report not to exceed 10 months from the cooperative agreement award. This report should, at a minimum, encompass the methodology, results, and conclusions for each of the three components, highlighting any challenges or gaps in available information that could impact the outcome and conclusions and outline barriers, opportunities, requirements, and other emergent considerations, including research priorities, and internationally relevant capacity for the integration of GHG and URN reduction measures into U.S. vessel design and construction.Proposals must provide sufficient, verifiable, and detailed information that describes the:Proposed methodology for study and industry analysis to include specifications for key stakeholders, identification of data and information sources, and reference to existing guidelines, standards, and notations.Proposed implementation plan including timeline (not to exceed 10 months) inclusive of kick off meetings with MARAD, outreach to key stakeholders, interim progress report on detailing research design, research effort, and final report deliverables.Proposed approach for stakeholder outreach across the study to ensure requirements for each objective can be successfully completed and will avoid conflicts with stakeholders – to include specific approach for outreach to design firms and shipyards including leverageable relationships, experiences, or other details that support the proponent’s ability to successfully engage with key stakeholders.Analytical approach for evaluating existing and forthcoming standards, guidelines, and regulations with impacts on vessel design, technology development, and application of measures or approaches to reduce emissions; and capacity and interest of designers and yards to meet these requirements.Analytical approach for vessel orders to determine and synthesize relevant information demonstrating familiarity with and relationships with the maritime sector across operational areas impacting both domestic and international U.S. vessel operations and requirements.Description of partnerships, collaborations, and/or processes that will ensure success of the proposal.The applicant’s capabilities, related experience, techniques, or unique combinations of these that are integral factors for achieving the proposal objectives to include experience that supports ability to successfully manage and achieve project goals and objectives of similar type and scope.Proposed total cost for the work to include a detailed budget and justification describing the expected effort for each objective/component and final report. Description of key personnel, qualifications, and expected level of effort should also be included.Proposals may include:Additional considerations, outreach, or analysis recommended to achieve the goals of the study.Additional information:To be considered for selection, the study must include a timeline for completion within 10 months from the time of award. The report will be publicly available and posted to the META webpage. MARAD reserves the right to fund some or none of the proposals received under this RFP. MARAD provides no funding for reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this RFP will not be returned. It is the policy of MARAD to treat all proposals submitted under this RFP as sensitive competitive information and to disclose their contents only for the purposes of evaluation.This announcement is an expression of interest only and does not commit MARAD to make any award.C. ELIGIBILITY INFORMATION:1. Eligible Applicants. MARAD is seeking to provide full funding through cooperative agreement(s) for the proposal that provide sufficient, verifiable and detailed data on how to reach the objectives of this study. (please see section C.3)2. MARAD will fund 100% of the total cost of the project. Proposals must include a detailed cost breakdown that shows how Federal funds will be used for the project.3. Systems for Award Management (SAM) Requirements. MARAD will not make an award to an applicant until the applicant has complied with all applicable unique entity identifier and SAM requirements and if an applicant has not fully complied with the requirements by the time MARAD is ready to make an award, MARAD may determine that the applicant is not qualified to receive an award and use that determination as a basis for making an award to another applicant. Please see Section D.3 for information on SAM requirements. MARAD will not make an award to any applicant with an exclusion in SAM.D. APPLICATION AND SUBMISSION INFORMATION Address to Request Application Package. This RFP contains all the information needed to submit a proposal and be considered for award. No specific application form or other materials need to be obtained from MARAD.Content and Form of Application. See Section B for the required contents of the proposal. Proposals are limited to 15 pages and must be received within 45 days of the publication of this notice.Unique Entity Identifier and System for Award Management (SAM). Each applicant is required to: (a) be registered and current in SAM before submitting its application; (b) provide a valid unique entity identifier in its applicant; and (c) continue to maintain an active SAM registration with current information at all times during which it has an active Federal award or an application or plan under consideration by a Federal awarding agency. MARAD will not make an award to an applicant until the applicant has complied with all applicable unique entity identifier and SAM requirements and if an applicant has not fully complied with the requirements by the time MARAD is ready to make an award, MARAD may determine that the applicant is not qualified to receive an award and use that determination as a basis for making an award to another applicant. 4.Submission Dates and Times. The deadline for proposal submission is 12:00 PM EST on the closing date listed for this RFP on Sams.gov Please submit proposals in PDF format attached to an email. Send proposals to Christian Onwudiegwu at Christian.Onwudiegwu@dot.gov. Do not send paper copies, or other media of the proposal via post office or delivery service. Proposals received by MARAD after the deadline will not be considered for award. An email will be deemed “received” by MARAD on the date and time the email was “sent” to the email address in Section D.7, below, as determined by MARAD’s servers. 5.Intergovernmental Review. This funding opportunity is not subject to Executive Order 12372, “Intergovernmental Review of Federal Programs.”6. Funding Restrictions.Applicants are advised to review 2 C.F.R. Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards as supplemented by 2 C.F.R. Part 1201 for cost principles used to determine allowable costs of work performed under Federal awards.7.Other Submission Requirements. Proposals must be submitted by the deadline set forth in Section D.4 above by electronic mail to Christian Onwudiegwu at Christian.Onwudiegwu@dot.gov. Please include the Funding Opportunity Number and Title in the Subject Line.E. APPLICATION REVIEW INFORMATION Review and Selection Process.MARAD has set-up an internal review team to evaluate all proposals that are submitted under this announcement. All eligible proposals will be evaluated within 3 weeks after the closing date. If the review team has any questions on an individual proposal, it will notify the applicant for clarification.The proposals will be evaluated against the following criteria:Well-documented and context-appropriate methodology to undertake and successfully complete each of the three study components in a timely manner.Clear application of methods that will support the evaluation of existing standards, guidelines, and regulations and the associated capacity of U.S. shipyard and design firms to design and build to the standards; outreach to design firms and yards to gauge design-build capacity, interest, challenges, and opportunities; and analysis of U.S. vessel orders and trends to identify opportunities to support the U.S. fleet. The applicant’s capabilities, related experience, technical knowledge, techniques, or unique combinations of these that are integral factors for achieving the proposal objectives to include experience that supports ability to successfully manage and achieve study goals and objectives of similar type and scope.Scope and extent of partnerships with the community and stakeholders and their role in the project that will ensure success of the proposal.Detailed project timeline with descriptions of key decision points and areas of uncertainty.Budget and justification demonstrating appropriate and defensible cost per component, timeline, and final deliverables.F. FEDERAL AWARD ADMINISTRATION INFORMATION Federal Award Notices. The successful applicant(s) will be notified by MARAD’s Office of Acquisition via telephone; however; the telephone call is not the actual award or the authorization to begin performance. All awards will be made by a cooperative agreement signed by MARAD’s Agreement/Grants Officer. After an award has been made, a MARAD representative from the Office of Environment and Innovation will notify the awardee to set-up a kick-off meeting for the project.Unsuccessful applicants will be notified via email. 2. Administrative and National Policy Requirements.Applicants are advised to review 2. C.F.R. Part 200, Uniform Administrative Requirements, Costs Principles and Audit Requirements for Federal Awards as supplemented by 2 C.F.R. Part 1201, for applicable administrative and national policy requirements. For a copy of the general terms and conditions of the Federal award made under this RFP, please contact Christian Onwudiegwu at Christian.onwudiegwu@dot.gov. Federal awards made under RFP may include additional terms that are specific to the project, including without limitation awardee information, project description, funding details and appropriate data rights clauses. 3. Reporting. Applicants are advised to review 2 C.F.R. Part 200, Uniform Administrative Requirements, Costs Principles, and Audit Requirements for Federal Awards, as supplemented by 2 C.F.R. Part 1201, for applicable reporting requirements. Federal awards made under this RFP may include additional reporting requirements that are appropriate for the specific project to be funded by MARAD.G. FEDERAL AWARDING AGENCY CONTACT For any questions relating to the technical or programmatic aspects of this RFP, please contact Alyson Azzara Environmental Protection Specialist, at Alyson.azzara@dot.gov. and please cc me on all questions to Christian.onwudiegwu@dot.govFor any questions about the administration of this funding opportunity and any awards, please contact Christian Onwudiegwu at Christian.onwudiegwu@dot.govH. OTHER INFORMATION applicants must identify all proprietary information in its submission. MARAD is not obligated to make any Federal award because of this RFP.

Location

Place Of Performance : N/A

Country : United States

Office Address : OFFICE OF ACQUISITION MAR 380 1200 NEW JERSEY AVENUE SE WASHINGTON , DC 20590 USA

Country : United StatesState : District of ColumbiaCity : Washington

Classification

naicsCode 541380Testing Laboratories and Services
pscCode AH11Natural Resources and Environment R&D Services; Water Resources; Basic Research