Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2002 FBO #0075
SOLICITATION NOTICE

J -- OVERHAUL OF THE MOORING BARGE 2

Notice Date
2/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Philadelphia - Civil Works, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
DACW61-02-R-0026
 
Response Due
3/15/2002
 
Archive Date
4/14/2002
 
Point of Contact
Elizabeth Goetz, 215-656-6765
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Civil Works
(Elizabeth.Y.Goetz@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Intention: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price Job Order under a Master Agreement for Repairs and Alterations of Vessels, for the Overhaul of the Mooring Barge 2 (MB2). Vessel: The vessel is an all steel barge. The vessel is 260 feet in length, with a beam of 72 feet, and a depth of 33 feet. Total beam, including hinged fenders, is 80 feet. The loaded draft of the vessel is 4 feet, 9 inches and height of the superstructure (A-frame) above the water is 86 feet. Loaded displacement is 1,845 long tons. The MB2 is an unmanned barge utilized in connection with a dredge and provides a means for accomplishing direct pumpout of the dredge hoppers. General Scope of Work: The barge is not oceanworthy and mu st be towed by the Contractor along Intercoastal Waterway to and from Contractor's shipyard. The MB2 cannot be towed in open ocean. Overhaul work to be performed includes: drydocking, with utilities and services; painting of vessel; installation of new f uel tank; replacement of section of 30-inch pipeline; seachest replacement; repairs to fenders; and steel hull repairs. The total performance period for this procurement will be Sixty (60) calendar days. Liquidated damages may be applied for failure to co mplete the work within the designated performance period. Expected Issuance Date/Closing Date for Solicitation:DACW61-02-R-0026 is expected to be issued on or about 15 February 2002 with a closing date of 15 March 2002 at 1415 hours. This office will not accept any telephonic, written or faxed requests for a copy of the solicitation. Offerors may view and/or download the solicitation and all amendments (if any) from the Internet at the following address: https://ebs.nap.usace.army.mil on or after issue dat e of the solicitation. By registering for this solicitation according to the instructions given at the website listed above, prospective contractors will be notified of any amendments or other changes made to the solicitation during the advertisement peri od. Vessel Inspection: The vessel will be available for inspection at Fort Mifflin, Philadelphia, Pennsylvania. Interested parties must contact Mr. Mark Loftus (215) 565-6745 to arrange for a site visit. Contractor Qualifications: Prospective contractors must have, or be capable of, entering into a Master Ship Agreement and have the required dry-docking capabilities for the vessel. The area of consideration will include facilities between Maryland and Virginia and in the east coast states along the Interco astal Waterway. To be eligible for award of the Job Order, contractors must be registered in the Central Contractor Registration Database. Information for getting registered can be obtained by calling 1-(888)-227-2423, or on the Internet at http://www.ccr. gov. The contractor?s drydock facilities to be used in the performance of the work must meet Military Standard No. MIL-STD-1625C(SH), dated 25 August 1987, and Notice 1, dated 30 December 1992, at the time of award as evidenced by receipt of a Naval Sea Sy stems Command (NAVSEA) certificate. Under certain circumstances, the certificate of a Professional Engineer will be accepted in lieu of the NAVSEA certificate, but such certificate will have to meet the requirements set forth in the Solicitation. NAICS, E TC.: The North American Industry Classification System No. is 336611 and the small business size standard is 1,000 employees. This solicitation will be unrestricted as to business size. Best Value Procurement: Award will be made to the Contractor whose p roposal affords the Government the best value. This means that the award will not necessarily be made to contractor with the lowest proposed price. Instead, proposals will be evaluated based on the following evaluation criteria, listed in descending orde r of importance: A. SAFETY 1. Provide a list of OSHA and other regulatory bodies safety violations/citations within the last three (3) years, if any, with an explanation of each occurrence based on OSHA public records. 2. Provide the OSHA 200 Log for FY-99 through FY-01. 3. Provide a list of safety awards won during the last three (3) years, if any, with a description of each award. B. EXPERIENCE/TEC HNICAL 1. Provide the number of major projects completed within the last five (5) years involving drydock and repair of similar vessels. Provide description and scope of these projects. 2. Provide a list of special awards, professional memberships and other relevant qualifications for personnel who will be performing this work. PAST PERFORMANCE 1. Provide available performance ratings received over the last five (5) years from customers for vessel overhauls. 2. For each of the last five (5) vessel overhauls, state the number of days, if any, the projects was delayed with an explanation. E. DISTANCE FROM PHILADELPHIA, PA 1. Relative distance of offeror's repair facility from the vessel's homeport at Fort Mifflin, Philadelphia, PA 19153. Price i s a factor, but not equally as important as technical factors.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, Philadelphia - Civil Works 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00026304-W 20020215/020213213222 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.