Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

10 -- Shipyard Repair - Tug GELBERMAN

Notice Date
2/11/2011
 
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-11-R-0018
 
Response Due
2/21/2011
 
Archive Date
4/22/2011
 
Point of Contact
Robert W. Hutcheon, (215) 656-2291
 
E-Mail Address
USACE District, Philadelphia
(robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description:The Marine Design Center (MDC) of the U.S. Army Corps of Engineers (USACE) intends to initiate a Request for Quotation (RFQ) to provide labor, materials, and service to dry-dock and repair the New York District Tug GELBERMAN. The GELBERMAN is 85' 0" in length, has a breadth of 26'0" and a molded depth of 10' 0". The GELBERMAN displaces 213 short tons, has two propellers and has a loaded draft aft of 8' 6". The GELBERMAN is all welded steel, has a Monohull/Keel Coolers hull form and has the ABS I.D. Number 8004533. The vessel is currently stationed at the USACE Caven Point facility and work is to be performed by a facility within a sixteen (16) hour running time distance from Caven Point Terminal, Jersey City, N.J. at an average speed of 10 knots. The vessel's primary mission is debris removal from the New York Harbor. The vessel is currently classed by ABS and maintains a USCG Certificate under Subchapter I. The major scope of work includes: Dry-docking and launching the vessel Assisting USACE, ABS and USCG with inspections of the hull, tanks, propeller shafts, rudder stocks, sea valves, and miscellaneous piping Cleaning and painting the steering cylinder space and exhaust stacks Cleaning and painting the exterior of the vessel Cleaning and painting internal deckplates and all internal surfaces in four of the six compartments plus the engine room Replace all zinc anodes Cleaning of fuel tanks and fresh water tanks Optional steel plate and framing and weld seam renewal Optional replacement of propellers, shafts, bearings and liners with Government Furnished Equipment Optional replacement of rudder stocks and bearings with Government Furnished Equipment Optional miscellaneous pipe and valve renewals, cleaning and painting. Optional replacement of mechanical propeller shaft seals Optional extraction and rebuilding of transmissions Period of performance for the contract, including delivery, will be 45 days after the award of the contract and Notice to Proceed is given. Liquidated damages will be included with this acquisition. Bonding will not be required. The NAICS code is 336611 and the size standard is 1,000 employees. Offers will be evaluated on the basis of technical factors and cost. Technical factors, as a whole, will be equal to cost in the evaluation process. Technical factors are equal and consist of management/organizational capability, past performance, and facilities The Request for Quotation (RFQ) number W912BU-11-R-0018 will be available on or about 16 February 2011 with a closing date of 21 February 2011 at 1300 hours (EST). Hard copies will not be available and telephonic, written or fax requests will not be accepted. The official media for distribution of this RFQ is the web. Contractors may download the solicitation (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov, on or after the issue date. 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 RFQ and any amendments. All quotations are to be delivered to: U.S. Army Corps of Engineers CENAP-CT-S, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, ATTN: Robert Hutcheon. Electronic submission via e-mail or fax is acceptable. All offers are due on 21 February 2011 by 1300 hours (EST). Prior to the award of any contract under this solicitation the successful Offeror may be required to enter into a "Master Agreement for Repair and Alteration of Vessels". Offerors that have entered into this agreement prior to this solicitation need not comply with this requirement. All contractors are required to be registered in the DoD Central Contractor Registry (CCR) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the CCR website at www.ccr.gov. Instructions will be included in the solicitation. 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 accessing the following internet web site: www.vets100.com. Questions can be directed to robert.w.hutcheon@usace.army.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. C.T. Schoenherr Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-R-0018/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02378923-W 20110213/110211234656-d80741022d7e645ada94258f6d28661e (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.