Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

19 -- Miscellaneous Modifications and Repairs to the Corps' Floating Crane Henry M. Shreve

Notice Date
4/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Philadelphia - Civil Works, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
DACW6102R0034
 
Response Due
5/2/2002
 
Archive Date
6/1/2002
 
Point of Contact
Michelle Bertoline, 215-656-6914
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Civil Works
(Michelle.J.Bertoline@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The USACE Marine Design Center intends to award a firm fixed price Job Order under a Master Ship Agreement for Repairs and Alterations of Vessels, for the miscellaneous repairs and modifications of the floating crane, Henry M. Shreve, based in the Louisvil le District. The vessel is 300 feet in length, with a beam of 100 feet, a depth of 14 feet with a light draft of 5 feet, 6 inches forward, 6 feet 2 inches aft. The vessel has an air draft of 52? measured from the waterline (light). The Government will d eliver the vessel in open water near the contractor?s facilities. The Government proposes to complete the required work during two separate and distinct repair availability periods. The first repair availability will start on or about May 15, 2002 and wi ll conclude approximately 45 days thereafter. The second availability will start on or about July 1, 2002 and will conclude 60 days thereafter. During the first availability, the Government reserves the right to declare an emergency need for the vessel. If mandated, the Contractor will be required to return the vessel to the Government with full crane operating capabilities. The Government has identified 48 hours as the required response time. During the second availability, the crane will be taken out of service for the entire period and the required response time will not be applicable. This contract will be a negotiated, best value procurement using the Contracting by Negotiation procurement process prescribed in Part 15 of the Federal Acquisition R egulations. This will be a competitive procurement. The Government will award a single contract resulting from this proposal to the responsible Offeror whose offer, conforming to the proposal requirements, will be most advantageous to the Government, cos t and other factors considered. Proposals will be reviewed for completeness in satisfying the requirements of the Request for Proposal. The Proposals will be evaluated on the basis of the following factors in descending order of importance. Although ran ked in relative order, all factors are significant: MANAGEMENT, COST, PAST PERFORMANCE AND EXPERIENCE. The vessel will only be available on April 22, 2002 at the USACE Repair Station, Louisville, Kentucky for the propose of conducting a site visit. Cont ractors are required to contact Mr. Steven McNamara (215) 656-6850 at least 48 hours prior to coordinate the site visit. The Request for Proposal documents will be available on the Internet web page on or about April 16, 2002. Hard copies will not be available. No written or fax requests shall be accepted. Contractors shall download this Request for Proposal (including drawings) and all amendments (including drawings) from the Internet web page at the following address https://ebs.nap.usace.army.mil/AdvertisedSolicitations.asp on or after the issue date of the Request for Proposal. The official media of distribution for the Request for Proposal is the INTERNET WEB PAGE. All amendments to this Request for Proposal will be posted to the Internet web page at the above address. Hard copies of the amendments will not be furnished. It is the contractor?s responsibility to m onitor the Internet web page for amendments. Interested contractors must register on the Internet web page. If any of the contractor?s information changes during the advertisement period, contractors are responsible to make changes to their user profile on the Internet web page. Failure to make changes in their user profile may cause delay in receiving notification of the Request for Proposal and Amendments. Bidders are responsible for printing paper copies of the Request for Proposal including any draw ings. Proposals will be due on or about 2 May 2002. This procurement is Unrestricted. The NAICS Code is 336611 with a size standard of 1000 employees. Bonding is not required. All contractors must be registered in the DoD's Central Contract Register before award as required by DFARS 204. 7300. Instructions will be included in the Solicitation
 
Place of Performance
Address: US Army Engineer District, Philadelphia - Civil Works 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00055792-W 20020411/020410063644 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.