Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
MODIFICATION

20 -- Bluestone Barge Replacement - Solicitation 1

Notice Date
7/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-15-R-0019
 
Archive Date
4/11/2015
 
Point of Contact
Justin Chung, Phone: 2156566773
 
E-Mail Address
justin.chung@usace.army.mil
(justin.chung@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation for Bluestone Barge Replacement. The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm fixed price (FFP) contract to procure a modular, Drift and Debris Management Vessel for the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division, Huntington District (CELRH). The vessel hull shall be modular, so as to be disassembled for over road transport. The vessel hull size shall be approximately 50 feet long, by approximately 20 feet wide, by 5 feet deep. The overall vessel design and arrangement is to be developed from the existing and successful-in-service, but non-modular, debris collector "USACE Bluestone Drifter". The as-built drawings for the "Bluestone Drifter" will be provided as Guidance Drawings. A Landoll model 66B-45, 35 Ton hydraulic trailer will be used by CEORH to transport the modules and the major equipment components including the crane. The trailer bed height above road is 38 inches. The vessel modular design and construction shall be transportable on the Landoll trailer. To be transportable on the Landoll trailer, major equipment and module dimensional and weight characteristics may not exceed the following values: Length 55 feet. Width 12 feet Height when on trailer - 13.5 feet above road. Weight 35 tons The vessel shall be designed and constructed such that the vessel can be: Operated afloat for the debris mission Disassembled afloat into modules, and equipment components. Modules lifted by a crane and loaded onto the Landoll 66B-45 trailer. Modules Transported on the trailer over-the-road. Equipment components transported by the Landoll trailer. Modules launched by the Landoll trailer Modules reassembled afloat and ready for service. Equipment components installed onto the assembled modules by crane. Vessel put into service. The vessel construction shall be modular as required to provide the operation, disassembly, transport over road, re-assembly and operation sequence identified above. The hull shall be modular steel float construction, with integral float connection system. The hull shall be nominally 50 feet by 20 feet by 5 feet, and shall be raked at both ends. Hull length and or beam may be as much as five feet greater than the 50 X 20 dimensions above, if required to suit modular float sizes or stability requirements. However, the hull must be 5 feet deep. A pedestal mounted, diesel powered, hydraulically operated knuckle boom, log loader type crane shall be provided and installed on centerline near the bow. The crane shall be a log grapple type crane, with grapple and saw. The crane shall be similar to Prentice model 2180. The Grapple shall be similar to Hultdins Supergrip TL430. The saw shall be similar to Hultdins Model 550s-19cc Supersaw. The contractor will be required to deliver the vessel to the US Army Corps of Engineers Huntington District at Marietta Repair Station, 100 Post Street, Marietta, Ohio 45750. Period of performance including engineering and delivery shall be 12 months after award of contract. There will be a warranty required for this procurement. Bonding will not be required. The acquisition will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in Part 15.101 of the Federal Acquisition Regulation (FAR). The source selection process will be based on the lowest priced technically acceptable (LPTA) offer. The source selection technical evaluation factors are: 1) Technical, 2) Past Performance, and 3) Price. Narratives must clearly define the proposed scope and quality levels that the contractor is offering to the Government in enough detail for the Government and the Offeror to mutually understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of RFP. Offerors are advised that the Government may award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the Offeror's best terms. This acquisition will be considered as a 100% total small business set-aside pursuant to FAR 19.502-2. The NAICS code for this acquisition is 336611 and the size standard is 1,000 employees. The Request for Proposals (RFP) W912BU-15-R-0019 is issued on 02 July 2015. The due date for offers received is 02:00PM EST 04 August 2015. Offerors must sign and submit any amendments to the solicitation with their proposals. Hard copies will not be available. No written or fax request will be accepted. Contractors may download the solicitation (including drawings) and any amendments via the hyperlink to the Federal Business Opportunities website, www.fbo.gov, on (or after) the issue date. The official media of distribution for the RFP is the Web. All amendments to the RFP will be posted to the FedBizOpps website. It is the offeror's responsibility to monitor the website in order to access the solicitation. Offeror's are responsible for printing copies of the RFP and any amendments. Proposals will be due on, or about March 27, 2015. All contractors are required to be registered in the System for Award Management (SAM) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the SAM website at www.sam.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 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. If you have any additional questions about this acquisition, please contact: U.S. Army Corps of Engineers, Philadelphia District Wanamaker Building 100 Penn Square East Philadelphia, PA 19107 Telephone: (215) 656-6773 Attention: CENAP-CT Reference: W912BU-15-R-0019 E-Mail: justin.chung@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-R-0019/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers Huntington District at Marietta Repair Station, 100 Post Street, Marietta, Ohio, 45750, United States
Zip Code: 45750
 
Record
SN03785055-W 20150704/150702235306-e85040975e317795952b7b68d253673a (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.