Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

J -- DRY DOCKING & REPAIR FOR THE DREDGE MCFARLAND

Notice Date
6/2/2010
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
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-R-0033
 
Response Due
7/16/2010
 
Archive Date
9/14/2010
 
Point of Contact
Edward A. Boddie, 2156566786
 
E-Mail Address
USACE District, Philadelphia
(edward.a.boddie@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Prospective contractors must have, or be capable of, entering into a Master Ship Agreement. General Vessel Information: The MCFARLAND is an all-steel, sea-going, hopper dredge. The Dredge McFarland is currently stationed at Ft. Mifflin, Philadelphia, PA. The hull dimensions are: Length w/o Boom Overhang:300ft -0in Length w/Boom Overhang:319ft -8in Length between Perpendiculars:284ft -0in Breadth, Molded 72ft -0in Depth, Amidships [molded] 33ft -0in Normal Draft, Aft: 16ft -6in Normal Draft Forward: 15ft -3in Registered Tonnage:9,720 Long Tons Lightship Displacement:6,152 Long Tons Ballast, Fuel, Water [approx]* 400 Long Tons Note 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 contractors facility. The general elements of work include, but are not limited to: Drydocking, utilities and services; painting of vessel from keel to rail, overflow and distribution troughs replacement, dredging valve repairs, hopper door repairs, controllable pitch propulsion (CPP) system repairs, including possible replacement of the P & S tailshafts. Provide services to support an upgrade of the vessels electrical system and dredge controls which will be performed during this availability. If-Directed items will include the replacement of the cutlass bearings and flushing of the CPP hydraulic system, and other miscellaneous maintenance, including steel and piping 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. VESSEL VISIT: The vessel will be available for a site visit to allow all prospective offerors and interested parties the opportunity to visit the vessel and assess the scope of work. Attendance is not mandatory. The date(s) of the visit are TBD and the actual date(s) and time will be posted through FEDBIZOPS as an amendment to the basic solicitation. The point of contact for visits to the vessel will be Mr. Mark Saylor, Project Manager, USACE. Interested parties who wish to visit the vessel will be required to formally request visits from the point of contact no later than five (5) days after the start of the proposal period. Formal requests should be emailed to Mr. Saylor at mark.a.saylor@usace.army.mil. Questions about the availability of the vessel may be directed to Mr. Saylor by email or phone (215)656-6745. The total performance period for this procurement will be one hundred (100) calendar days, starting on or about 01 September 2010 and be completed by 30 November 2010. Payment and performance bonds will be required. Liquidated damages will be a part of any award and may be applied for failure to complete the work within the designated performance period. Award will be made to one offeror whose proposal is considered the lowest price, technically acceptable offer. Warranty of supplies/services will apply. The acquisition will be solicited using the procurement process prescribed in Parts 15 of the Federal Acquisition Regulations. The Government will award a Firm Fixed-Priced Job Order resulting from this solicitation to the offeror whose offer, conforming to the solicitation, is the lowest price, technically acceptable proposal. An award is expected to result from selection of the technically acceptable proposal with the lowest price. Proposals will be reviewed for completeness and evaluated for acceptability against the evaluation factors: merit of schedules, including integration of product offered, past experience, management, past performance, and price. Price is more important than non-cost factors, however, non-cost factors are still significant to award. The solicitation document, W912BU-10-R-0033, will be available on or about 16 June 2010. Hard copies will not be available. Written or fax requests will not be accepted. Contractors may download the solicitation (including any drawings) and any amendments via the FedBizOpps web site, www.fbo.gov, on (or after) the RFP issue date. The official media of distribution for the Request for Proposal (RFP) is the Web. All amendments to the RFP will be posted to the FedBizOpps web site. It is the offerors responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. Proposals will be due on, or about, 16 July 2010. The NAICS code is Code is 336611; SIC Code 3734, with a size standard of 1,000 employees. All contractors are required to be registered in the DOD Central Contract Registration before award as required by DFARS 204.7300. Information on getting registered may be obtained by phone at 1-888-227-2423 or by accessing the following internet website: http://www.ccr.gov. Also, firms who receive a federal contract in excess of $25,000.00 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 301-306-6752 or by accessing the following internet web site: http://vets.dol.gov/vets100. The POC for this action is, Edward Boddie, Contract Specialist, edward.a.boddie@usace.army.mil, telephone: (215) 656-6786.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-R-0033/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02165612-W 20100604/100602234653-0827034234ad3bbf42d2b048ca4ceada (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.