Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2008 FBO #2530
SOLICITATION NOTICE

19 -- Dry Docking/Tailshaft repair Dredge Mc Farland

Notice Date
10/28/2008
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-R-0003
 
Response Due
11/17/2008
 
Archive Date
1/16/2009
 
Point of Contact
Edward A. Boddie, 2156566786<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price Job Order under a Mastership Agreement for Drydocking and Repairs to the Dredge MCFARLAND. Vessel Information: The dredge McFARLAND is an all-steel, sea-going hopper dredge. Her hull dimensions are: 1) Length without Boom Overhang: 300, 0 2) Length with Boom Overhang: 319 8 3) Length Between Perpendiculars: 284 0 4) Beam Molded: 720 5) Depth Amidships [molded]: 330 6) Normal Draft Aft: 166 7) Normal Draft Forward: 153 8) Registered Gross Tonnage: 9,720 long tons 9) Lightship Displacement: 6,152 long tons 10) Ballast, Fuel and Water: 400 long tons (apprx). [Normal being light on fuel and ballast. Actual draft must be taken prior to drydocking, and weight calculated.] The Government will deliver the vessel to the contractor facility. The general elements of work include, but are not limited to: Drydocking, utilities and services; dredging valve repairs, hopper door repairs, controllable pitch propulsion (CPP) system repairs, including replacement of the P & S tailshafts, If-Directed replacement of the cutlass bearings and flushing of the CPP hydraulic system, and other miscellaneous maintenance, including steel and piping replacement, as required. The ABS International Load Line Certificate will be renewed during this availability. The Drydock Examination, Internal Structural Review and the Annual Inspection for renewal of the USCG Certificate of Inspection will also be performed during this availability. Upon completion of the work, the vessel will conduct dock and sea trials prior to delivery back to the Government. Prospective contractors must have, or be capable of, entering into a Master Ship Agreement. The area of consideration will be the Hampton Roads area, including Norfolk, Portsmouth, Suffolk, Chesapeake, Virginia Beach, Hampton and Newport News, VA. Submissions from contractors outside of this area will not be considered. Contractors who wish to visit the ship are required to contact Mr. Mark Saylor at 215-656-6881 or by email to Mark.A.Saylor@usace.army.mil for a site visit. The total performance period for this procurement will be twenty-one (21) calendar days, starting on or about 05 December 2008 and be completed by 26 December 2008. Liquidated damages will be a part of any award and may be applied for failure to complete the work within the designated performance period. The acquisition will be solicited using the procurement process prescribed in Part 12, Commercial Items, of the Federal Acquisition Regulations. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specs should be made via FBO Internet homepage. Hardcopies will not be available and no written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Solicitation Number W912BU-09-R-0003 will be issued on or about 3 November 2008 with quotes due on or about 17 November 2008. No written or fax requests will be accepted. Quotes are to be delivered to the Corps of Engineers, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390 ATTN: Mr.. Edward A. Boddie. All contractors are required to be registered in the DOD Central Contract Register (CCR) at http://www.ccr.gov. before award as required by DFARS 204.7300. Information on getting registered may be obtained by phoning 1-888-227-2423 or on the website. 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 your report may be obtained by calling 703-461-2460 or by accessing the following Internet web site: http://vets.dol.gov/vets100/ This procurement is unrestricted. The NAICS Code is 336611; SIC Code 3734, with a size standard of 1,000 employees.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=004521660053dcbefd850c0952330720&tab=core&_cview=1)
 
Place of Performance
Address: TBD HAMPTON Roads Area Norfolk VA<br />
Zip Code: 23502<br />
 
Record
SN01697254-W 20081030/081028215215-004521660053dcbefd850c0952330720 (fbodaily.com)
 
Source
FedBizOpps 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.