Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

J -- DRY DOCK and REPAIR MV HAYWARD

Notice Date
9/24/2009
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
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-09-T-0073
 
Response Due
11/9/2009
 
Archive Date
1/8/2010
 
Point of Contact
Edward A. Boddie, 2156566786
 
E-Mail Address
US Army Engineer District, Philadelphia
(edward.a.boddie@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 Drift Collection Boat HAYWARD. General Vessel Information: The HAYWARD is an all-welded steel, harbor debris removal multi-tasked vessel. Currently stationed at USACE Caven Point. She is currently classed by ABS and maintains a USCG Certificate under Subchapter I. Her hull dimensions are: Length Overall............124ft -0in Breadth, Molded............38ft 0in Depth, Molded..............12ft-9in Material..................All Welded Steel Registered (Gross)........385 tons Displacement, light.......390.4 Short tons Propellers (2)............78in D x 61in P, 4 blade Draft, light...............7ft-0in Hull Form/Special Features..Monohull/Keel coolers The Government will deliver the vessel to the contractor facility. The general elements of work include, but are not limited to: Drydocking and launching the vessel, utilities and services; assisting USACE, ABS, and USCG with inspections of hull, tanks, propeller shafts, rudder stocks, sea valves, and miscellaneous piping, replacement of zinc anodes, replace rudder post stuffing box packing, and the cleaning and painting of the exterior vessel. Other OPTIONAL work items may include steel plate, steel framing, and weld seam renewal, propulsion and steerage component replacement using Government Furnished Property and miscellaneous pipe and valve replacement, as required. 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 within twelve (12) hours transit time of Caven Point Terminal, Jersey City, NJ. Submissions from contractors outside of this area will not be considered. A point of contact for visits to the vessel will be issued as part of the Request For Proposal. Interested parties who wish to visit the vessel will be required to formally request visits from the point of contact TBD no later than five (5) days after the start of the proposal period. The total performance period for this procurement will be thirty (30) calendar days, after delivery of the vessel to the contractors yard. 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 15, Contracting by Negotiations, 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-T-0073 will be issued on or about 08 October 2009 with quotes due on or about 06 November 2009. Hard copy 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 RFP W912BU-09-R-0054. 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 3732, with a size standard of 1,000 employees. POC THIS NOTICE: edward.a.boddie@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-T-0073/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN01969321-W 20090926/090925001211-3f8f1694c8507745d118ad75bce3c7ca (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  © 1994-2020, Loren Data Corp.