Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2004 FBO #0846
SOLICITATION NOTICE

19 -- Purchase of twenty pipeline pontoons for the St. Louis District with the option of four additional pontoons.

Notice Date
3/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-04-B-0013
 
Response Due
4/20/2004
 
Archive Date
6/19/2004
 
Point of Contact
karyn.d.johnson, 215-656-6924
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(karyn.d.johnson@nap02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USACE Marine Design Center intends to initiate an Invitation for Bid to acquire twenty, new, identical, welded-steel Dredge Pipeline Pontoons to be used to support the dredging mission of the Dredge POTTER of the U.S. Army Corps of Engineers, St. Louis District in accordance with the terms and conditions of Invitation for Bid (IFB) Number W912BU-04-B-0013. An option of four additional pontoons, without access ramps, turntable bearings, pipeline saddles or straps, shall be included in the IFB. Each pontoon shall be approximately 48-feet long, 18-feet wide and 4-feet deep. The pontoons shall be furnished with turntable bearings, pipe saddles, and straps, but no pipeline. Each pontoon shall also be provided with rubber fendering, retractable access ra mps, and standard deck fittings. The pontoons shall be designed, built and classed to American Bureau of Shipping rules for Steel Vessels on River and Intercoastal Waterways. Liquidated damages included in the contract. A bid bond in the amount of 20% is a lso required as well as performance and payment bonds. The primary mission of the pontoons will be for support of the St. Louis District. The acquisition will be a three phase contracting methodology procurement to include (1) planning, (2) engineering and scheduling, and (3) construct, test, and deliver; using the Sealed Bid procurement process prescribed in Part 14 of the Federal Acquisition Regulations. Contractors must register on the Internet and download the solicitation package and all amendments fro m the following address: https://ebs.nap.usace.army.mil on or after the issue date of the solicitation. If any information changes during the advertisement period, contractors are responsible to make changes to their user profile on the Internet. Failure t o make changes in their user profile may cause a delay in receiving notice of the solicitation or any amendments. Hard copies will not be available. Offerors are responsible for printing paper copies of the solicitation and any amendments. Solicitation Num ber W912BU-04-B-0013 will be issued on or about 19 March 2004 with an offer due date on or about 20 April 2004. No written or fax requests will be accepted. Bonding is required only if the offeror chooses to receive progress payments. If your bid guarantee is in the form of a bid bond both the bidder and surety must properly sign the bond and all required seals must be affixed. Bonding is not required if an offeror chooses to finance the entire contract by receiving no payment until Final Acceptance at dest ination. If this alternative is proposed, the offeror shall demonstrate their ability and approach to contract financing. The documentation provided will be used to assess the Government??????s financial risk. Delivery is required within 270 calendar days after notice to proceed. All contractors are required to be registered in the DOD??????s Central Contract Register (CCR) before award as required by DFARS 204.7300. Information on getting registered may be obtained by phoning 1-888-227-2423 or by accessing the following Internet website: http://www.ccr.gov. Also, contractors who receive a federal contract of $25,000.00 or more are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting y our report may be obtained by calling 703-461-2460 or by accessing the following Internet web site: http://vets100.cudenver.edu. This procurement is 100 percent set-aside for small business. The NAICS Code is 332312, SIC Code 3441, with a size standard of 500 employees.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00550737-W 20040321/040319212329 (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.