Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

V -- Move MB2 Mooring Barge From Pier Side , Fort Mifflin, Philadelphia, PA To Waters Near Fort Mifflin Containment Area

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-T-0038
 
Response Due
4/13/2010
 
Archive Date
6/12/2010
 
Point of Contact
Edward A. Boddie, 2156566786
 
E-Mail Address
USACE District, Philadelphia
(edward.a.boddie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DESCRIPTION: THIS IS AN URGENT REQUEST The MB2 Barge must be in place by 16 APR 2010. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. a.The solicitation number, W912BU-10-T-0038 is issued as a request for quotation (RFQ). b.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. c.The Small Business Competitiveness Demonstration Program is not applicable. This is an unrestricted action. The NAICS Code is 488390, SIC 4424 with a size standard of $7,000,000.00. d.The U.S. Army Corps of Engineers, Philadelphia District, intends to and award a firm fixed price Purchase Order for services required to Move the MB2 Mooring Barge. The award will be made to lowest priced technically acceptable quote. e.Offerors are to quote for: i.CLIN 0001 MOVE MB2 Barge from berth at FT Mifflin, Phila., PA to waters near FT Mifflin Containment Facility, O/A 16 APR 2010 QTY: one (1) UNIT/ISSUE: Lump Sum ii.CLIN 0002 (Option): RETURN MB2 Barge to designated berth at FT Mifflin, Phila., PA from waters near FT Mifflin Containment Facility, O/A Date to be determined QTY: one (1) UNIT/ISSUE: Lump Sum. f.MB2 SCOPE OF WORK - : MB2 MOVE & SETUP AT FORT MIFFLIN DISPOSAL AREA: The intent of this scope of work is for the Contractor to: i.Move the MB2 Mooring Barge from pier side at the North Pier, Fort Mifflin, Philadelphia, PA to the vicinity of the Fort Mifflin Containment Facility, at a location by the abandoned pier 4/10 of a mile Northward of its current pier side location. ii.The final location of the Mooring Barge (MB2) shall be determined by the location of the raised end of the government furnished rubber pipeline as follows: The submerged steel dredge pipeline must first be located by the attached buoy, lifted out of the water by the crane barge, the two (2) forty foot sections of rubber pipe connected, and the MB2 brought into place for spudding down and connection to the raised end of the rubber pipe. (The government furnished rubber pipe is lying on the deck of the MB2). The contractor shall secure a newly painted buoy and new length of chain furnished by the government to the end of the submerged pipeline prior to placing it back in the water upon completion of making connections. All work is to be accomplished in coordination with the above-mentioned government representative assigned to the project. The contractor must be fully capable of completing all tasks without government assistance, show at least 3 years experience in the dredging industry, and prove that they have installed submerged pipeline and moved dredging equipment containing spuds and winches. iii.SCHEDULE: Initial set-up of the Mooring Barge (MB2) and rubber pipeline may commence on or about (date to be determined at a later time). The MB2 with rubber pipeline and all connections is required to be in place and fully operational at the above noted location by 1530 hours EDT on 16 APR 2010. If necessary, the government will give maximum notification of any change in time of mobilization. Return of the MB2 to Fort Mifflin is to take place on or about September 2010 (date to be determined). iv.CHARACTERISTICS OF MOORING BARGE (MB2): 260 X 60 X 37 draft with displacement of 1,845 long tons. v.DETAILED SCOPE OF WORK: The Contractor must provide all necessary equipment, materials, tools, services and labor to complete the following work. Equipment is to include crane barge with a minimum of 110-foot boom with a lifting capacity of 50 tons, work barge, tugs, welding machine, pneumatic tools and hand tools. 1.Prior to commencement of work, the Contractor must submit a current Crane and Barge Certification to the Government in accordance with Section 16.F of USACE Safety Manual EM-385-1-1 (16 September 2008 Edition). The Safety Manual can be viewed or downloaded from the following site: Http://www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1. 2.All work shall be accomplished in accordance with USACE Safety Manual EM-385-1-1 available at the above website. 3.The Government shall provide bolts, nuts, pins and keys that are required for government style ball joint connections. 4.Both mobilization and demobilization of the rubber pipeline and the MB2 are included in the Scope of Work. 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 Mooring Barge MB2 up the Delaware River to the above noted location. A Government representative will ride the MB2 to the location and provide technical assistance if needed. 5.The Contractor shall set up the Mooring Barge (MB2) by connecting the two (2) sections of Government furnished rubber pipe to the end of the Government submerged steel dredge pipeline then connect the rubber pipeline to the discharge end of the MB2. The contractor shall secure a government furnished buoy to the end of the rubber dredge pipe prior to placing in the water upon completion of making connections. 6.The Contractor shall, at the completion of the operation, disconnect the two sections of rubber pipe from the discharge end of the MB2 and the opposite end of the Government submerged steel dredge pipeline and place the two sections on the deck of the MB2. 7.The Contractor shall notify the Government representative when they are ready to transport the MB2 back to pier side at the North Pier, Fort Mifflin Reservation, Philadelphia, PA. The job will be considered complete when the MB2 is moored and spudded down pier side at Fort Mifflin at the above location. vi.GENERAL ADMIN/INVOICING 1.POINTS OF CONTACT: Any action that is a change to this contract or requires an obligation of Government funds is coordinated through the Administrative point of contact. Scheduling of work, acceptance of services, and performance are to be coordinated with the Technical point of contact. Administrative Contracting Office: U.S. Army Engineer District, Philadelphia, Attn: CENAP-CT-S (Edward A. Boddie), Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390 Telephone: (215) 656-6786 Facsimile: (215) 656-6798 or 6780 Technical Point Of Contact: Coordinates all work schedules and provides acceptance for government. Harry Faulls U.S. Army Engineer District, Fort Mifflin Project Office, ATTN: Harry Faulls 6400 Hog Island Rd. Philadelphia, Pennsylvania 19153 Telephone: (215) 365-1892 Facsimile: (215) 365-5895 2.INVOICE SUBMISSION: Invoices Must Contain The Following Information Or They Will Be Returned: Company Name, Payment Address Invoice Number, Date, and Contract Number Tax ID Number, Electronic Fund Transfer (EFT) Information. Point of contact with name and telephone number Send Original Invoice To Billing Office: USACE, Philadelphia District - Fort Mifflin Project Office is the designated billing office for this action. Invoices must be properly received before payment will be made. Harry Faulls U.S. Army Engineer District, Fort Mifflin Project Office, ATTN: MB2 Move 6400 Hog Island Rd. Philadelphia, Pennsylvania 19153 Telephone: (215) 365-1892/0342 Cell: (215) 416-2753 Facsimile: (215) 365-5895 Send Copy Of Invoice To: An electronic copy of the invoice should also be sent to: Edward A. Boddie, email: Edward.a.boddie@usace.army.mil 3.CONTRACTORS POINTS OF CONTACT: The contractor/offeror must complete the following information: The contractors contract Technical and Administrative functions will be performed by/at the following address/Office: Name: ____________________________________________________________ Title: _____________________________________________________________ Address: ______________________________________________ ______________________________________________ Email: ______________________________________ Tele # (______) ______________________________ FAX # :(______) _____________________________ General Info CEC/DUNS: ____________________ CAGE CODE: ____________________ TAX ID: ____________________ 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es) http://farsite.hill.af.mil/ http://www.arnet.gov/far/ The following FAR provisions and clauses apply to solicitation and are incorporated by reference. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation JUL 2009 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 52.212-3Offeror Representations And Certifications--Commercial Items (Aug 2009) Alternate I (Apr 2002) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2009) (Deviation) 52.219-1Small Business Program Representations (May 2004) - Alternate I (Apr 2002) 52.219-22 Small Disadvantaged Business Status (Oct 1999) 52.252-5Authorized Deviations In Provisions (Apr 1984) 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jul 2009) (Deviation) Quotes will be due by 11:00 AM Eastern Time on Tuesday 13 APR 2010. Quotes may be submitted electronically via email to Edward.Boddie@usace.army.mil however, these quotes must be accepted by 12 APR 2010 at 4:30 p.m., which is one day earlier than the due date of 13 APR 2010. It is the contractors responsibility to monitor FBO for any amendments. 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-10-T-0038.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-T-0038/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02115967-W 20100409/100407235915-330aeab79c2c8903bf751133f141918e (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.