Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
MODIFICATION

19 -- Mooring Barge No, 2 Overhaul - Amendment 3

Notice Date
7/18/2016
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-B-0009
 
Archive Date
8/12/2016
 
Point of Contact
Bruce E Hayes, Phone: 2156566771, Karyn D Price, Phone: 215-656-6924
 
E-Mail Address
Bruce.E.Hayes@usace.army.mil, karyn.d.price@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, karyn.d.price@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Conformed Copy, W912BU-16-B-0009, Amendment 0003 W912BU-16-B-0009, Amendment 0003 Class Code: 1955 Subject: Dredge Mooring Barge 2 Overhaul Place of Performance: Between Philadelphia, PA and Norfolk, VA, U.S.A. Response Date: Thursday, 28 July 2016 at 1400 local time The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm-fixed price Job Order under a Master Agreement for Repair and Alteration of Vessels for the dry-docking and repairs to the Mooring Barge 2. The acquisition will be procured using the procedures listed in FAR part 14. The Invitation for Bid W912BU-16-B-0009 will be issued on or about 10 May 2016 with a bid opening date of 28 June 2016 at 1400 EST hours. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this IFB is the web. Contractors may download the IFB (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 offeror's 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 IFB and any amendments. The general elements of work include, but are not limited to: dry-docking, utilities and services, towing, hull painting, steel replacement, audio-gaging, asbestos abatement, spud lifting, and other miscellaneous maintenance as required. Vessel Information: The Mooring Barge 2 is an all-steel barge. It is not an ocean going barge and has no watertight integrity. The hull dimensions are: 1) Overall Length: 260' - 2" 2) Overall Beam (without fenders): 60' - 0" 3) Overall Beam (with fenders down): 80' - 8" 4) Depth Amidships [molded]: 10' - 2" 5) Normal Draft Aft: 2' - 10" 6) Normal Draft Forward: 3' - 7" 7) Loaded Displacement: 1845 long tons 8) Bridge Clearance with tripod: 76' - 5" 9) Bridge Clearance without tripod: 42' - 11". The Mooring Barge 2 will be towed to/from the contractor's facility by the Contractor. Upon completion of the work, the vessel will be towed back to the Fort Mifflin Range in the Delaware River, and spudded down. The period of performance is expected to start on or about 15 August 2016 and last 60 calendar days. Important requirements contractors should be made aware of in advance: Prospective contractors must have, or be capable of, entering into a Master Agreement with the U.S. Army Corps of Engineers. Prospective contractors must also have a NAVSEA-approved drydock/graving dock, or be in possession of a signed and dated certificate from a Professional Engineer stating that the drydock facilities currently meet all of the requirements applicable to that type of drydocking facility listed in Military Standard No. MIL-STD-1625C(SH), dated 25 August 1987, and Notice 1, dated 30 December 1992. The area of consideration will be between Philadelphia, PA and Norfolk, VA of the U.S. Transit must be done through the intercostal waterways. Submissions from contractors outside of this area will not be considered. Contractors will be given the opportunity to visit the ship after issuance of the solicitation. The NAICS code is 336611 with a size standards of 1,250 employees. This procurement will be unrestricted. Performance and payment bonds will not be required. All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://www.vip.vetbiz.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-B-0009/listing.html)
 
Record
SN04186475-W 20160720/160718234810-2ce18a7f39e2c3d7548e74ef9ecf2f4f (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.