Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2017 FBO #5778
SOURCES SOUGHT

19 -- Ellis Island Ship Build

Notice Date
9/16/2017
 
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-EllisIsland
 
Archive Date
10/14/2017
 
Point of Contact
Dillon M. Lucas, Phone: 2156566915, Michael J. Hunter, Phone: 2156566774
 
E-Mail Address
dillon.m.lucas@usace.army.mil, michael.hunter@usace.army.mil
(dillon.m.lucas@usace.army.mil, michael.hunter@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
USACE Philadelphia 1. Action Code: Sources Sought 2. Subject: Procurement of new utility vessel for National Park Service 3. RFI No.: W912BU-3101 Ellis Island 4. Response date: 29 Sep 17 12:00 PM EST 5. Description: This is a Sources Sought Notice and 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 USACE Philadelphia to use this information for market research purposes only. The survey is being conducted to determine the interest of industry within NAICS code 336611, and to establish that there are adequate large and/or small business contractors for providing the marine work described below. 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 Federal Business Opportunities (http:www.fbo.gov). The Marine Design Center of the U.S. Army Corps of Engineers intends to procure a new utility vessel for the National Park Service, Statue of Liberty National Monument and Ellis Island. The vessel shall be a steel-hulled twin screw service & passenger vessel designed for year round navigation including winter harbor conditions with light first-year ice (ABS Ice Class C0). Principal Characteristics: • Length, molded 74'-0" • Breadth, molded 24'-0" • Depth, molded 11'-6" at bow, 10'-7" at transom • Draft, design 6'-6" • Air Draft 22'-4" +/-2" (Departure, approx.) • Lightship Displacement 157 LT (approx.) • Propeller Diameter 50 inch. • Passenger Capacity 42 passengers Significant Equipment: • Propulsion - twin diesel engines, approximately 670 BHP each, with reverse reduction gears • Generators - two diesel generators, approximately 150 KW each. • Electric drive tunnel Bow Thruster, approximately 25 HP • Under Deck Anti-Icing System for 6' wide passenger walkway • Folding Knuckle Boom deck crane, capacity 3500 pounds at 20 foot radius. The vessel shall be certificated to USCG Subchapter T for Small Passenger Vessels, and shall be Classed by the American Bureau of Shipping, including Ice Class C0, AMS, A1 Maltese Cross. The vessel shall be delivered to the National Park Service, Statue of Liberty National Monument and Ellis Island in New York Harbor. The Government is issuing this Request for Information (RFI) to identify resources available to perform the above work. All interested business concerns for this requirement may submit the following: Company name DUNS number CAGE Code Type of business concern (small business, large business, etc.) Years in business Statement of capability and qualifications of the organization to perform the requirement List of similar projects worked on over the past 5 years and services provided on those projects. The North American Classification System (NAICS) code for this acquisition is #336611. ** EACH SUBMISSION SHOULD NOT EXCEED 5 PAGES TOTAL** Notice to potential contractors: 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/portal/publi/SAM/#1. 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 http://vip.vetbiz.gov. Responses should be submitted electronically via e-mail to: Dillon Lucas Contract Specialist E-mail: Dillon.m.lucas@usace.army.mil Office Phone: (215) 656-6915 All responses shall be received on or before 29 September 2017, 12:00 PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-EllisIsland/listing.html)
 
Place of Performance
Address: Delivery to New York Harbor, New York City, United States
 
Record
SN04681295-W 20170918/170916230138-43fae0616e02f4391948f00d5a80d709 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.