Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

W -- SPECIAL SERVICE AND EQUIPMENT TO SUPPORT DRILLING CREW WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT.

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans-Civil, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
DACW2903R0037
 
Response Due
7/21/2003
 
Archive Date
9/19/2003
 
Point of Contact
Davis Richarme, 504-862-2870
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans-Civil
(davis.richarme@mvn02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA DACW29-03-R-0037 The US Army Corps of Engineers (USACE), New Orleans District (NOD) is seeking interested bidders capable of providing special services and equipment to support NOD drilling crews performing subsurface investigations and sam pling within the limits of the NOD. The types of services and equipment are as follows: a) Cargo Buggy: self-propelled amphibious craft/vehicle with an operator, minimum payload of 20,000 pounds, minimum deck size of 18 x 30 feet with width being up to 5 feet greater and the length being up to 10 feet greater, deck with adjustable boring hole (minimum 12 inch diameter). b) Marsh Buggy: self-propelled amphibious craft/vehicle with an operator, minimum payload of 8,000 pounds, minimum deck size of 14 x 25 feet with width being up to 5 feet greater and length being up to 10 feet greater, deck with adjustable boring hole (min imum 12 inch diameter). c) Swamp Buggy: self-propelled amphibious craft/vehicle with an operator, minimum payload of 3,000 pounds, minimum deck size of 8 x 22 feet with width being up to 5 feet greater and length being up to 10 feet greater, deck with adjustable boring hole (mini mum 12 inch diameter). d) Marsh Excavator: self-propelled amphibious craft/vehicle with an operator, minimum excavator capacity of 20 metric tons and a maximum excavator capacity of 30 metric tons. e) Skid Pontoons: flotation devices capable of being towed by amphibious craft/vehicles, minimum payload of 3,000 pounds minimum deck size of 12 x 25 feet with width up to 3 feet greater and length to 10 feet greater, deck with adjustable boring hole (mini mum 12 inch diameter). f) Air Boat: self-propelled boat with operator, payload capacity of 4 passengers minimum. g) Jack Up Boats: 1) Small boat: transportable via public highways to/from job site, draft to 18 inches of water, payload of 15,000 pounds minimum, deck with boring hole (minimum 12 inch diameter), capable of mounting a skid type drilling rig, self-propel led with an operator. 2) Large boat: transportable via public highways to/from job site, draft to 30 inches of water, payload of 25,000 pounds minimum, deck with boring hole (minimum 12 inch diameter), capable of mounting a truck mounted drilling rid, self-propelled with an ope rator. h) Self-Propelled All-Terrain Vehicle: without an operator (equivalent to the Marshmaster supplied by Coastal Machinery Inc. in Baton Rouge, LA.) Three different payload-sized vehicles maybe needed: all are self-propelled, Type 1 would carry between 1,000 and 1,500 pounds, Type 2 would carry between 1,500 and 2,000 pounds, Type 3 would carry between 2,000 and 3,500 pounds. Type 1 and 2 vehicles would have widths between 7 and 8 feet and lengths between 12 and 15 feet. Type 3 would have widths not to exceed 10 feet and length not to exceed 20 feet. All vehicles must be transportable via trailer, capable of moving on public highways. i) Spud Barge: deck size of 40 to 50 feet wide and 110 to 120 feet long, adjustable boring hole in deck (minimum 12 inch diameter), self-elevating spuds with safety locks. j) Tugboat: 400 to 600 HP, capable of pushing the spud barge described above, operator and crew included. k) Support Boat: capacity of 6 passengers not including the operator, payload of 1,500 pounds minimum, capable of speeds of up to 15 to 20 knots. USACE requests that interested bidders respond to all of the following: 1) Whether your firm is a large or small business (size standard is NAICS 238910 and $12.0M; 2) Whether your firm is classified as an 8(a) firm; 3) Whether your firm has the capability of providing every type of equipment/service listed; 4) Whether your firm has the capability of providing over 50% of every type of equipment/service listed and will require subcontracting the remainder; 5) How does your firm recommend unit prices be structured, e.g. hour, day, etc.; 6) Whether your firm is capable of providing equipment, personnel an d services within a one-week time frame after issuance of a task order. We are anticipating awarding a contract for a base period with four one-year option periods. We are requesting a firm fixed price contract. Please send responses to all of these inquiries, and any other feedback, to D. Peter Richarme, Contract Specialist, via facsimile at (504) 862-2889 or e-mail davis.richarme@mvn02.usace.army.mil ; NOON 21 OF JULY ,2003.
 
Place of Performance
Address: US Army Engineer District, New Orleans-Civil ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00340934-W 20030607/030605213542 (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.