SOURCES SOUGHT
19 -- Dredge Mooring Barge 2 Overhaul
- Notice Date
- 2/22/2016
- Notice Type
- Sources Sought
- 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-R-0023
- Archive Date
- 3/22/2016
- Point of Contact
- Aaron Sannutti, Phone: 2156566777, Adriana A. Dunaway, Phone: 215-656-6895
- E-Mail Address
-
Aaron.W.Sannutti@usace.army.mil, adriana.a.dunaway@usace.army.mil
(Aaron.W.Sannutti@usace.army.mil, adriana.a.dunaway@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Place of Performance: Between Philadelphia, PA and Norfolk, VA, U.S.A. Response Date: 07 March 2016 at 1400 local time The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate a sources sought notice to gather market research to identify resources available for dry-docking and repairs to the Mooring Barge 2. This sources sought notice is for INFORMATION PURPOSES ONLY. This is NOT a REQUEST for PROPOSALS, QUOTATIONS, or BIDS. Responses to this request will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. If a formal solicitation is released, it will be via the Federal Business Opportunities Website (http:www.fbo.gov). 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. Prospective contractors must have, or be capable of, entering into a Master Ship Agreement with the U.S. Army Corps of Engineers. Prospective contractors must also have a NAVSEA-approved dry-dock/graving dock, or be in possession of a signed and dated certificate from a Professional Engineer stating that the dry-dock facilities currently meet all of the requirements applicable to that type of dry-docking facility listed in Military Standard No. MIL-STD-1625C(SH), dated 25 August 1987, and Notice 1, dated 30 December 1992. Prospective contractors must have, or be capable of, entering into a Master Ship Agreement. Work includes steel hull replacement and shifting of blocks while in the dry-dock. The area of consideration will be between Philadelphia, PA and Norfolk, VA of the U.S. Transit must be done through the intercostal waterways. The area of consideration will be between Philadelphia, PA and Norfolk, VA, U.S.A. Submissions from contractors outside of this area will not be considered. The period of performance is expected to start on or about 30 June 2016 and last 45 calendar days. For this sources sought notice, the NAICS code is 336611 with a size standards of 1000 employees. All interested business concerns for this requirement shall provide the following information when responding to this RFI: - Company name - DUNS number - Type of business concern large business or small business (please identify type of small business) - Years in business - Location of where the work would be performed - Acknowledgement of ability to bond - Statement of capability and qualifications of the organization to perform the requirement - List of similar projects worked on over the past 10 years and services provided on those projects. Each submission shall not exceed five (5) pages total. Failure to comply with this page limit may preclude your response from being evaluated. 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/. Questions can be directed to aaron.w.sannutti@usace.army.mil. This office will not accept any responses to this sources sought notice through telephonic, written, or faxed. All responses must be submitted through electronic mail. All responses shall be received on or before 1400 local time on 22 February 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-R-0023/listing.html)
- Place of Performance
- Address: Between Philadelphia, PA and Norfolk, VA, United States
- Record
- SN04027000-W 20160224/160222234636-9b0739bca045003e5ffd74f426a592f1 (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 |