Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2002 FBO #0252
SOLICITATION NOTICE

V -- MOVE MOORING BARGE 2(MB2) FROM FT. MIFFLIN IN PHILADELPHIA, PA TO FALLS TOWNSHIP, BUCKS COUNTY, PA AND PROVIDE 2,550 FEET OF DREDGE PIPELINE.

Notice Date
8/9/2002
 
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
DACW61-02-R-0055
 
Response Due
8/19/2002
 
Point of Contact
Maureen Jordan, 215 656-6763
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Civil Works
(maureen.jordan@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This solicitation will be i ssued as a Request for Proposal and shall be designated Solicitation No. DACW61-02-R-0055. The solicitation is expected to be available for viewing and downloading by potential contractors on or about 12-AUGUST-2002 at the following website: https://ebs.n ap.usace.army.mil. Questions about the solicitation should be directed to Maureen Jordan by e-mail to maureen.jordan@nap02.usace.army.mil, by telephone at (215) 656-6763 or by fax at (215) 656-6780. CLOSING DATE: Prospective contractors must submit a re sponsive proposal, together with a completed form of the Offeror Representations and Certification?Commercial Items as set forth in FAR 52.212-3, not later than 19 August 2002 at 1415 hours (EDST). Proposals may be submitted either via mail or by fax to t he attention of Maureen Jordan at fax number (215) 656-6780. INTENT: It is the intention of the U.S. Army Corps of Engineers, Philadelphia District, to solicit proposals from potential Contractors to: (1) move the Mooring Barge 2 (MB2) from Fort Mifflin in Philadelphia, Pennsylvania via the Delaware River to Falls Township, Bucks County, PA in the vicinity of Money Island; and (2) provide and establish in working order, approximately 550 feet of submerged dredge pipeline and approximately 2,000 feet of sh ore dredge pipeline at the Money Island Site (location map is attached). All work is to be accomplished in accordance with the above-mentioned government representative assigned to the project. The dredge pipe is expected to be in use by the Government u ntil November 8, 2002. SCHEDULE: TIME IS OF THE ESSENCE ? The MB2 with all pipeline connections in working order, must be in place at the Money Island location not later than 1600 hours Eastern Daylight Savings Time on 26-August-2002. DETAILED SCOPE OF W ORK: The Contractor must provide all necessary equipment, materials, tools, services and labor to complete the work including a total of 2,550 feet of 24 inch minimum to 30 inch maximum dredge pipeline. Necessary equipment includes a crane barge with a mi nimum of 110 foot boom with a lifting capacity of 50 tons, tugs, work barge, welding machine, pneumatic tools, and hand tools. Prior to commencement of work, the Contractor must submit current crane and barge certification to the Government in accordance w ith Section 16.F of USACE Safety Manual EM-385-1-1. All work shall be accomplished in accordance with USACE Safety Manual EM-385-1-1. The Safety Manual can be viewed or downloaded from the following website: http://www.usace.army.mil/ine/usace-docs/eng- manuals/em385-1-1. Characteristics of the Mooring Barge 2 (MB2): 260 feet x 60 feet x 3 feet,7 inch draft with displacement of 1,845 long tons. Both mobilization and de-mobilization of the dredge pipe are included in the scope of work. Mobilization onl y of the MB2 is included in the scope of work and demobilization of the MB2 shall be the responsibility of the Government. The Contractor shall be responsible for all USCG navigational aids required for this type of operation. The Contractor shall notify the Government representative when they are ready to transport the MB2 up the Delaware River to the Falls Township, Bucks County, Pennsylvania location (near Money Island). Once Contractor has received the order to proceed and has moved the MB2 to the Mo ney Island Site, the Government shall determine the exact mooring location and Government shall be responsible for raising and pinning of the four spuds on the MB2. Once the MB2 is at its mooring location, the Contractor may lower the four spuds and set c able slack. Contractor shall set up MB2 by connecting the two sections of Government-furnished Rubber Dredge Pipe to the discharge end of the MB2 and to the Co ntractor provided submerged steel pipeline (at opposite end). (If required, Government can supply a 30 inch bell and ball connection to mate with rubber pipe and gaskets for use by the Contractor). The Contractor shall place a Government furnished buoy t o the end of the Rubber Dredge Pipe prior to setting in the water after connections have been made. Contractor shall monitor dredge pipeline during initial and second pump-out cycle to ensure proper flow to disposal area and perform any necessary repairs (i.e. shingling line) without interrupting subsequent pump-out operations. Government will monitor pipeline and sluice control operations and will notify the Contractor of any required repairs to the pipeline. Repairs to the pipeline shall be accomplished at the Contractors expense. Once Government dredging operations have concluded, Contractor shall demobilize the dredge pipeline by disconnecting the two sections of Government-furnished Rubber Dredge Pipe from the discharge end of the MB2 and to the Cont ractor provided submerged steel pipeline (at opposite end) and placing the Rubber Dredge Pipe section on the deck of the MB2. Please note: A limited number of 1-1/4 inch nuts, bolts, pins, and keys for ball joint connection will be provided and, therefore , Contractor is encouraged to save all hardware during dismantling procedures. Any damaged hardware shall be brought to the attention of the Government Representative. The Contractor shall provide, under a separate line item, the weekly rental cost to be charged for use of the dredge pipeline. EVALUATION FACTORS: The Government intends to award a firm fixed priced order (contract) from the solicitation to the responsible prospective Contractor whose offer conforming to the solicitation will be most adva ntageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the proposed Contractor to meet the Government requirement; (ii) past performance; and (iii) price. Techni cal capability and past performance, when combined, are relatively more important when compared to price. Contractors should provide information on recent and relevant contracts for the same or similar work performed for USACE, Philadelphia District or re ferences (including contract numbers, points of contact with telephone numbers and other relevant information) on projects undertaken similar in nature and scope to that described in the scope of work. Applicable FAR Provisions: The following Federal Acq uisition Regulation provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors; 52.212-2 Evaluation; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial items; 52 .212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In addition, as required by DFAR 252.204-7004, prospective contractors must be listed in the Central Contractor Registration (CCR) to be eligible for award. Prospective contractors can call the telephone number 1-888-227-2423 or access the Internet site at http://www.ccr.gov for information on registering in the CCR. This solicitation is issued as unrestricted. The North American Industry Classifica tion System (NAICS) Code for this acquisition is 48833 and the Standard Industrial Classification (SIC) Code for this acquisition is 4492.
 
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
SN00137457-W 20020811/020809213645 (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  © 1994-2020, Loren Data Corp.