Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOLICITATION NOTICE

19 -- NASA Barge Pegasus Alteration

Notice Date
2/12/2014
 
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-14-B-0008
 
Response Due
4/1/2014
 
Archive Date
5/1/2014
 
Point of Contact
James Eckhardt, 215-656-6773
 
E-Mail Address
USACE District, Philadelphia
(james.e.eckhardt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE) Marine Design Center intends to initiate an Invitation For Bid (IFB) procurement for the necessary marine services to perform vessel lengthening and maintenance and repair for the NASA Barge PEGASUS. The PEGASUS is a 260' long by 50' beam by 15' depth sea-going barge owned by NASA for the purpose of transporting rockets and rocket components from manufacturing location to test location to launch location. The vessel is located at JOHN C. STENNIS Space Center near Kiln, MS. The lengthening shall increase the vessel length from 260 feet to 310 feet and consist of removal of 115 feet of the barge midbody, fabrication of 165 feet of stronger midbody, and insertion of the new midbody between the original bow and stern sections. The work requires extensive structural modifications. Drydocking of the vessel is required. As a result of the lengthening the following associated modifications will be required: Six additional ballast tanks will be added with associated changes to the ballast system. New black and grey water tank and associated piping modifications to connect the new tank to the existing sewage treatment system and grey water drains. Extensive modifications to the barge's electrical systems including replacement of the ship service generators and switchboard. Reducing the size of the potable water tank to make room for a third generator set and re-insulating the generator space to reduce air and structure borne noise on the barge. (Optional) A tunnel type bow thruster and associated hull modifications. (Optional) Installation of a system to measure deck deflections. General maintenance and repair items such as painting, tank and valve inspection, steel replacement, etc. will be required. The Contractor will be required to contract with the American Bureau of Shipping (ABS) in order to obtain necessary regulatory body reviews and approvals and inspections and surveys during construction to re-certify ABS classification for quote mark Maltese Cross A-1 Barge, Circle E quote mark. Characteristics of the vessel, as it currently exists, are tabulated below. Dimensions and characteristics are approximate and are provided for descriptive purposes only. Vessel Built byGulf Coast Fabricators, Inc., Gulfport, MS Delivery Date1999 Length (overall) 260 feet Length Between Perpendiculars248 feet -3 inches Breadth Molded50 feet -0 inches Registered Gross Tonnage1648 ABS Number9938187 Period of performance for the contract including any activated options and delivery will be 276 days after the award of the contract and issuance of Notice to Proceed. A bid guarantee and performance and payment bonds will be required; warranty for supplies/services and liquidated damages will apply. Prior to contract award, if not already previously done, the Contractor will be required to enter into a quote mark Master Agreement for Repair and Alteration of Vessels quote mark. Solicitation Number W912BU-14-B-0008 will be issued on or about 27 February 2014 with a bid opening date on or about 1 April 2014. The NAICS Code for this project is 336611 with a size standard of 1,000 employees. 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 specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $100,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the Systems for Award Management database as required by FAR 52.2040-7. The resulting contract will be subject to Walsh-Healey Public Contracts Act, as well as affirmative action to insure equal employment opportunity is given to all employees. Award will be made as a whole to one bidder. This procurement is advertised as Unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-14-B-0008/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03287815-W 20140214/140212234814-404ca6ba9877ab6689923e56883d1385 (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.