Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
MODIFICATION

19 -- Master Agreement for emergency and other repairs - Solicitation 1

Notice Date
2/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-16-R-SS05
 
Archive Date
10/15/2016
 
Point of Contact
Kim Kovar, Phone: 503-808-4623
 
E-Mail Address
Kimberly.A.Kovar@usace.army.mil
(Kimberly.A.Kovar@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Instructions for submitting capabilities. This package supersedes previous instructions. This announcement is a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interested parties, socioeconomic status availability, capabilities, location, capability and availability of ports. The Government intends to use responses to this sources sought synopsis to make an appropriate acquisition decision for this requirements project. The U.S. Army Corps of Engineers, Portland District is seeking sources for a Master Agreement for emergency and other repairs under NAICS Code 336611 Ship Building and repairing. THE PORTLAND DISTRICT IS SEEKING MASTER AGREEMENT (MA) ESTABLISHMENT with multiple repair facilities within the geographic area of Alaska, California, Hawaii, Oregon and Washington who desire to be preapproved to compete for emergency and other repair work (not overhaul) in the same geographical areas. Small and large businesses who feel they are capable are encouraged to respond. Work will range from emergency repair, to non-overhaul maintenance that is not anticipated and forecasted in the normal overhaul season. Interested offerors should read and follow directions below in "Instructions for submitting qualification documents". INSTRUCTIONS FOR SUBMITTING QUALIFICATION DOCUMENTS: To submit a qualifications document for Master Agreement for emergency and other repairs, please submit all of the following supporting documentation as described below. 1. CAPABILITY DOCUMENTATION SUBMISSION INSTRUCTIONS A. Format. The submission shall be clearly indexed and logically assembled. Each file shall be clearly identified and shall begin at the top of a page. All submissions and pages shall be appropriately numbered and identified by the complete company name, date. The offerors' documentation shall be submitted in electronic copy, via email to the POC identified in the FBO notice, and as set forth within these instructions. B. The offeror's documentation shall consist of clearly marked files and separated as needed. Subjects should reflect the area or areas of submission title, Financial, recent relevant experience, and safety/environmental information as described below. CAGE Code and DUNS number shall also be identified in submission. In the event that offeror is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. C. The offeror is responsible to confirm with government that submission including any large files were received in complete form. D. All offrors are required to be or become registered in the DOD System for Award Management. E. If the government determines that further information is needed to complete the assessment, offerors will be asked to provide that information to the greatest extent practical. F. Send email responses with MA contained in subject line to: Laurie Gillespie at laurie.a.gillespie@usace.army.mil. See point of contact for additional information. 2. FINANCIAL CAPABILITY: A. Offeror to submit a signed letter from financial institution attesting to the ability to access $50,000 in capital. Actual capital, credit, or a combination of both is acceptable but must be equal or exceed $50,000.00. B. Offeror to submit proof of ability to be bonded to $50,000.00. This can be demonstrated by letter from bonding company for this MA or by copies of other bonds with at least $50,000.00 the amount held by offeror for the project. 3. RECENT RELEVANT EXPERIENCE (within last 3 years) For each area listed below that a offeror wishes to be considered, please submit recent relevant experience demonstrating expertise. Offeror to provide supporting documentation of completed project of similar size and scope, as described below, through a contract vehicle within the past three years OR currently held Master Agreement with a Federal Government agency for work of a similar scope, as described below. If providing currently held MA, ensure to send all details and supporting documentation requested that comply with package submission requirements. For each category requesting, please submit a package of information consisting of detailed description of the scope of work performed on that project, dollar value, agency work was performed for, contract number if performed under government contract, any ratings or feedback provided by the customer for that work, a point of contact for customer verification of information, and any other information you would like to have considered. Offeror may submit as many examples as desired to demonstrate your capabilities by recent relevant experience. A project must have a total final at or above the min value shown per line item for the respective tasks listed below to be considered similar in size and scope. To be considered complete, a project must be verifiably at least 75 percent complete at the time the documentation is submitted to the Agency. Offeror to submit a clear list of which areas they would like to be considered in. Offeror will submit a package of information for each area wishing to be considered for possible awards, from the areas below. Offeror may submit as little as one area or as many as all of them. An offeror must submit documentation clearly demonstrating that it has recent relevant experience meeting all of the minimum requirements described below. A. Description of 2 main ships to be covered by MA: 1. The Dredge Essayons is a trailing arm suction type Hopper Dredge that has an overall length of 350 feet, a beam of 68 feet with dragarms in cradle (108 ft with dragarms on dock), a Normal Light Draft Aft of 21 Feet, and is 7,248 Long tons of all steel construction. Propulsion and Generator power is supplied by Caterpillar Diesels engines. Propulsion is a CPP System designed by Propulsion Systems Inc. Steering is by Tenfjord rotary vane hydraulic motors. Bow Thruster is an electrically driven ZF unit 2. The Dredge Yaquina is a trailing arm suction-type Hopper Dredge with an overall length of 200 feet, a beam molding of 58 feet with drag arms in cradle (108 feet with drag arms on dock), a Normal Light Draft Aft of 10 feet 3 inches and is 2001 long tons of steel hull and aluminum superstructure construction. Propulsion, Generator, and Dredge Pump power is supplied by MTU Diesel engines and Alturdyne Gas Turbine. Propulsion is a CPP System designed by Hundested Propeller. Steering is by hydraulic rams. Bow Thruster is an engine driven Wartsila unit. B. Areas of consideration and size and scope of projects to consider when submitting recent relevant experience: SEE ATTACHMENT 1 POSTED IN FBO FOR LIST OF AREAS 4. SAFETY/ENVIRONMENTAL: A. SAFETY: Offeror to provide a signed letter that offeror has not received an OSHA notice/ violation in the last 5 years that were considered "willful" violation as defined by OSHA. C. ENVIRONMENTAL COMPLIANCE: - Offeror to provide a signed letter that offeror does not have any unresolved NONs (Notice of Noncompliance) within the past two years. Alternatively, if an offeror has received an unsolved NON within the past two years, the offeror must provide a signed statement attesting that the offeror has taken corrective action to resolve the NON. 5. PAST PERFORMANCE Past performance will be evaluated; however, offerors do not need to submit any information for this evaluation. The government will review past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contract Performance Assessment Repo1ting System (CPARS), using all CAGE / DUNS numbers of team members (Partnership, joint venture, teaming arrangement or parent company / subsidiary / affiliate) identified in the offeror's proposals, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) and any other known sources not provided by the offeror. ***please read attachment 1 for info for section 3 Recent Relevant Experience part B above and for instructions on how to submit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-16-R-SS05/listing.html)
 
Place of Performance
Address: tbd, United States
 
Record
SN04032229-W 20160228/160226234112-030e97a04e4171236254ced566175bf7 (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.