SOLICITATION NOTICE
19 -- CEMDC PROJECT #2620 - DREDGE WHEELER REPOWERING
- Notice Date
- 10/6/2011
- 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-12-B-0002
- Response Due
- 11/18/2011
- Archive Date
- 1/17/2012
- Point of Contact
- Adriana Dunaway, 215-656-6895
- E-Mail Address
-
USACE District, Philadelphia
(adriana.a.dunaway@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate an Invitation for Bid (IFB) procurement for the necessary marine services to perform Engine Replacement, Engine Auxiliary Systems Modification, and Repair of the Dredge WHEELER, a USACE New Orleans District trailing suction hopper dredge. The specifications will call for the replacement of the vessel's main propulsion engines, dredging generator engines, main propulsion reduction gears, intermediate composite shafting systems, Ships Service Generator Alternators (Driven End). The specifications will also call for modifications to the ships central fresh water cooling system, fuel and lube oil systems, starting air system, walkways, and electrical systems. The ship's Integrated Control and Monitoring system, as well as the ship's navigation and ship's controls system will also receive upgrades. The Government will furnish two new Caterpillar C280-16 propulsion engines and Reintjes reduction gears, two skid mounted Caterpillar C280-12 dredging diesel generator engine/Reintjes reduction gear sets, and three KATO 1000kW alternators for the ships service diesel generators to the Contractor as GFE. In addition, the Government will furnish the flexible couplings, bulkhead seals, and connecting shaft systems for mating the propulsion engines to the reduction gears and the skid mounted dredging diesel generator engine/gear sets to the alternators. The Government will also furnish equipment to be installed as part of the new Integrated Control and Monitoring System. The Contractor will install the Government Furnished Equipment in the ship per the Government supplied drawings. As a separate part of the contract, the specifications will call for extensive required and optional task items to inspect and repair the ships steering system, inspect and repair tanks, repair the hopper doors, and their actuating mechanisms, inspect and replace zinc anodes, perform inspection and repair of the hopper plating, hopper weld seams, inspect and replace the centerwell vertical beams and stringers, hopper coaming plates, various structural I-beams, deck plates, inspection and repair of the sluice valves, and bow thruster system. Other work to be conducted will be the replacement of the trunnion sliding tracks for the three dragarms, weir cylinder replacement, and the ultrasonic testing and inspection of the hull and hopper plate and various sea water piping systems, and piping replacement. 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 byAvondale Shipbuilding, Inc., New Orleans, LA Delivery Date1983 Length (overall) 408 feet -3 inches Length Between Perpendiculars384 feet -0 inches Breadth Molded 78 feet -0 inches Breadth at Wheelhouse Catwalks82 feet -0 inches Registered Gross Tonnage10,614.47 long tons Lightship Displacement 9,846.25 long tons Ballast, Fuel and Water600 long tons (approx.) Propulsion System 2 x Cooper Bessemer KSV-16 5120 HP at 600 rpm each Reduction Gear2 x Philadelphia Gear Model No. 42HCMGH Reduction Ratio - 3.529:1 Propellers 2 x CRPP, Ni-Al Bronze 4 blades, 150 inch dia. Bow Thruster1 x CRPP, 800 HP Power Generating Equipment: Dredging Diesel Engine2 x Cooper Bessemer KSV-12 About 3000 kWe at 600 rpm, each Dredging Alternator2 x GE 5ATI871279AI 3000 kWe at 600 rpm, each Ship Service Diesel Generator3 x Caterpillar 3516 1000 kWe at 1200 rpm, each Emergency Diesel GeneratorWaukesha/Marathon 150 kWe at 1800 rpm Prospective contractors must have, or be capable of, entering into a Master Ship Agreement. The area of consideration will include facilities within 1600 nautical miles of the Mississippi River Southwest Pass and the contractors must have a dry dock facility available on or before July 15, 2012. The NAICS code is 336611 and the size standard is 1,000 employees. This procurement is UNRESTRICTED. A bid guarantee and performance and payment bonds will be required; warranty of supplies/services and liquidated damages will apply. There will be options incorporated in this requirement. The acquisition will be solicited using the Sealed Bid procurement process prescribed in Part 14 of the Federal Acquisition Regulations (FAR). The Solicitation Number W912BU-12-B-0002 will be issued on or about 19 October 2011 with a closing date of or about 18 November 2011 at 1400 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 solicitation (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 bidder's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Bidders are responsible for printing copies of the IFB and any amendments. All bids are to be delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Adriana Dunaway. All contractors are required to be registered in the DOD Central Contract Registry (CCR) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the CCR website at www.ccr.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-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: https://vets100.vets.dol.gov. Questions can be directed to adriana.a.dunaway@usace.army.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-B-0002/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02603363-W 20111008/111006234122-94690929912214fa422a6c0ad543f780 (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 |