Mississippi Bids > Bid Detail

A Feasibility Study on Future Energy Options for Gulf of Mexico Offshore Support Vessels (OSV) and Lower Mississippi River Tug/Tow boats

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159191478685224
Posted Date: Feb 6, 2023
Due Date: Feb 21, 2023
Solicitation No: 693JF723R000003
Source: https://sam.gov/opp/5eb6d0acf6...
Follow
A Feasibility Study on Future Energy Options for Gulf of Mexico Offshore Support Vessels (OSV) and Lower Mississippi River Tug/Tow boats
Active
Contract Opportunity
Notice ID
693JF723R000003
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
MARITIME ADMINISTRATION
Office
693JF7 DOT MARITIME ADMINISTRATION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 06, 2023 10:31 am EST
  • Original Published Date: Dec 19, 2022 11:29 am EST
  • Updated Date Offers Due: Feb 21, 2023 12:00 pm EST
  • Original Date Offers Due: Feb 21, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 21, 2023
  • Original Inactive Date: Mar 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: B513 - SPECIAL STUDIES/ANALYSIS- FEASIBILITY (NON-CONSTRUCTION)
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    MS
    USA
Description View Changes

The purpose for amendment no. 3 is to respond to the following questions:



In working on this proposal, we have gone through the entirety of it multiple times, and there is one thing that has thrown us off. In part, (a) it's because we have the experience in the California Harbor Craft industry, but (b) we've only seen 'California' mentioned in one line of the solicitation. It's on page 4, Chapter D, Section 2 (Content & Form of Application), bullet point #1, and our question is:



6. Question: When it reads "...documenting the profile of the California harbor craft industry as well as port infrastructure and bunkering operations.", is 'California' supposed to be written in that line, or is that an editing-related issue??



Response: See attached revised RFP.



7. Question: Essentially, is MARAD/META looking for a complete detailing & profiling of the (A) California-specific harbor craft industry, (B) the California-specific port infrastructure & bunkering operations, and how (C) the California-specific harbor craft industry, and their approaches, can apply to MARAD & ETA's needs, and current- and future-states??



Response: No, MARAD/META is looking for conducting a feasibility study on the future energy options for offshore support vessels (OSV) operating in the Gulf of Mexico (GoM) and tug/tow boats operating on Lower Mississippi River (LMR).



----------------------------------------------------------------------------------------------------



Maritime Administration:



A Feasibility Study on Future Energy Options for Gulf of Mexico Offshore Support Vessels (OSV) and Lower Mississippi River Tug/Tow boats



Solicitation Number: 693JF723R000003 (REVISED as of 2-6-2023)



Request for Proposals (RFP)



The Maritime Administration’s (MARAD) Maritime Environmental and Technical Assistance (META) program is issuing this request for proposals (RFP) for conducting a feasibility study on the future energy options for offshore support vessels (OSV) operating in the Gulf of Mexico (GoM) and tug/tow boats operating on Lower Mississippi River (LMR). The study is intended to serve as a reference for vessel operators that are planning to consider alternative energy solutions for their existing or future fleet, technology developers including engine manufacturers, and relevant stakeholders such as repair/maintenance facilities.



For the LMR, which is navigable without locks and dams, the types of vessels to be examined shall include inland tug/tow boats only. Coastal or articulated tugs will not be part of this study.



The study shall employ a multifactor approach to create a baseline ranking and time projection for future energy options for the Gulf of Mexico OSVs and LMR Tugboat industry. The study shall review the applicable green technologies and provide two distinct baseline rankings: 1) potential alternative fuels and 2) different power options that are feasible and practical to reduce greenhouse gas (GHG), criteria pollutants emissions, and improve energy efficiency for existing and/or future operations through 2050. The results will be aligned in a combined baseline ranking of fuel-power options.



The study shall evaluate a variety of alternative fuels (e.g. methanol, ammonia, hydrogen) including biofuels (e.g. ethanol, bio-methane, bio-diesel, renewable diesel/HVO, renewable diesel/FT-diesel) and power options as part of full-electric, hybrid propulsion, and power generation (such as shore power, solar photovoltaic, fuel cells, batteries). It shall also evaluate benefits and barriers of alternative fuels and power options, the potential of these energy options to meet domestic environmental regulations and map the availability and implementation timeline for energy options through 2050. The timeline will be divided into short term (until 2030), medium term (2030-2040) and long term (2040-2050). The timeline should also reflect the results of the combined baseline ranking and any adjustments necessary to consider future trends.



For ideal execution of this study, the awardee should query federal and state regulatory authorities to determine current/future regulations and their impact to the Gulf of Mexico OSV and LMR tug/tow boat industry, determine existing databases for applicable vessels (mainly operational data), and determine alternative fuel and power resources (both existing and planned). The awardee should also query the shipping industry for their current and anticipated needs, including but not limited to, retrofitting vessels vs. new builds, cost impacts, repair facilities available, etc.



Upon completion of this feasibility study, the awardee is required to provide a detailed report of the project that provides the profile of the Gulf of Mexico OSVs and LMR tug/tow boat industry (vessel types, size, age, propulsion modes, fuel onboard, operational routes, port infrastructure, bunkering operations, etc.) and the approach that was used for the review, evaluation and ranking of all energy options (including benefits and barriers as well as timeline projection).



A. PROGRAM DESCRIPTION:



Over the past several years, the META Program has partnered with government agencies, industry, and academia to investigate, test, and demonstrate the use of alternative fuels and technologies to reduce air emissions and improve energy efficiency from vessels, ports, and marine terminal operations. Following on those efforts, MARAD has begun to explore broader energy efficiency and decarbonization efforts within the maritime sector that could support multiple-use operations at the vessel/terminal nexus. This RFP builds on previous studies that were designed to investigate the future energy options of the Great Lakes (GL) shipping industry as well as California’s commercial harbor craft (CHC) industry.



B. FEDERAL AWARD INFORMARION:



MARAD will provide funding through a cooperative agreement for the execution of the feasibility study. Collaborative partnerships with other entities such as industry, ports/terminals, maritime organizations, and state or local governments are highly encouraged. This announcement is an expression of interest only and does not commit MARAD to make any award. The total amount of funding under the RFP will be up to $400,000.



MARAD understands there are different technologies and commercial aspects that need to be considered for this type of project such as the status of the target industries, the status of port infrastructure, availability of technologies and fuels (marine internal combustion engines, fuel cells, etc.), as well as application and operational constraints. Overall, it is important that this study be based on a practical approach towards supporting the Gulf of Mexico OSVs and LMR tug/tow boat industry and serve as a reference for technology developers and relevant stakeholders that are planning to consider alternative energy solutions for their existing or future fleets.



Proposals must provide a detail description of:




  • Proposed method on how the profiling of the Gulf of Mexico OSVs and LMR tug/tow boat industry will be carried out and implemented.

  • Proposed method on how the profiling of port infrastructure and bunkering operations will be carried out and implemented.

  • Approach for the technology review and evaluation of alternative energy options (alternative fuels and power options) – baseline rankings, benefits, and barriers.

  • Approach for the projection timeline of alternative fuels and power options based on the baseline rankings (e.g. fuel and power) and adjustments to it considering future trends.

  • The applicable Federal, State, and local domestic environmental regulations.



To be considered for selection, the study must be able to be completed within 18 months from the time of award. The final report will be publicly available and posted to the META webpage.



Proposals are limited to 16 pages and must be received within sixty (60) days of the publication of this notice.



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. All applicants must be registered and current with SAM.gov at the time of 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 objective of this feasibility 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. Please see Section D.2 for information on proposal requirements.



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




  1. 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.




  1. Content and Form of Application.



Review and Selection Process:



The proposals will be evaluated against the following criteria:



1) Clear and accurate methodology for documenting the profiling of the Gulf of Mexico OSVs and LMR tug/tow boat industry as well as port infrastructure and bunkering operations.



2) Proposed method for review of alternative energy options.



3) Proposed method for evaluation and creation of baseline ranking of alternative energy options (factors in the multifactor approach).



4) Proposed method for timeline projection of alternative fuels and power options (future trends to be considered).



5) The applicant’s capabilities, related experience, techniques, or unique combinations of these that are integral factors for achieving the proposal objectives.



6) Scope and extent of partnerships and their role(s) in the project



Proposals are limited to 16 pages and must be received within sixty (60) days of the publication of this notice.




  1. 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.




  1. 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/Contract Specialist 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.




  1. Intergovernmental Review.



This funding opportunity is not subject to Executive Order 12372, “Intergovernmental Review of Federal Programs.”




  1. 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.




  1. 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




  1. 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 four (4) weeks after the closing date. If the review team has any questions on an individual proposal, it will notify the applicant for clarification.



F. FEDERAL AWARD ADMINISTRATION INFORMATION




  1. 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.




  1. 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.




  1. 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 Vasileios Tzelepis, Naval Architect/Marine Engineer and Environmental Specialist, at Vasileios.Tzelepis@dot.gov.



For any questions about the administration of this funding opportunity and any awards, please contact Christian Onwudiegwu at Christian.onwudiegwu@dot.gov



H. OTHER INFORMATION



Applicants must identify all proprietary information in its submission. MARAD is not obligated to make any Federal award as a result of this RFP.



The purpose for amendment no. 2 is to respond to the following questions:



2. Question: Under this contract vehicle is it okay for foreign nationals to be working on the project? Our company is a global company some of the industry analysts will be from the UK, Canada, India and Saudi Arabia. Project management will be led by myself in San Antonio. I have not been able to find anything (U.S. Code / FAR) that would specifically preclude non USPERs who are employees of our company from working on this contract.



Response: The principal investigator must be a U.S. company.



3. Question: Our company has a UEI ABCDEFGHIJKL and several NIACs in the 541xxx series related to scientific, markets, and consulting are their other NAICS (541690) codes besides that we could use?



Response: NAICS Code 541690 is the only NAICS code that should be used under RFP Solicitation No. 693JF723R000003.



4. Question: Final question, for port bunkering in LMR and the gulf coast you’re only concerned with port operations (bunkering etc.) that pertain to these vessels?



Response: As far as bunkering, the goal of this project is to create a very clear picture of the bunkering methods, the bunkering fuel, the bunkering frequency and location (incl. port infrastructure) that pertain to OSVs and Tug/Tow boats. To be noted that the study will consider offshore bunkering operations (not in port/terminal) as well if such operation is part of ship’s operation profile.



5. Question: We are interested in submitting a proposal for the GoM OSV RFP. Is there a rubric by which the proposals will be evaluated that you are able to share?



Response: A successful applicant should clearly respond to the bullets in Section 2 and the Criteria Evaluation questions in Section D.



The purpose for this amendment is to correct page 4 under D.2: Content and Form of Application to read as follows:




  1. Clear and accurate methodology for documenting the profile of the Gulf of Mexico OSVs and LMR tug/tow boat industry as well as port infrastructure and bunkering operations.



The Maritime Administration’s (MARAD) Maritime Environmental and Technical Assistance (META) program is issuing this request for proposals (RFP) for conducting a feasibility study on the future energy options for offshore support vessels (OSV) operating in the Gulf of Mexico (GoM) and tug/tow boats operating on Lower Mississippi River (LMR). The study is intended to serve as a reference for vessel operators that are planning to consider alternative energy solutions for their existing or future fleet, technology developers including engine manufacturers, and relevant stakeholders such as repair/maintenance facilities. For the LMR, which is navigable without locks and dams, the types of vessels to be examined shall include inland tug/tow boats only. Coastal or articulated tugs will not be part of this study.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • OFFICE OF ACQUISITION MAR 380 1200 NEW JERSEY AVENUE SE
  • WASHINGTON , DC 20590
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >