MODIFICATION
J -- M/V Butler Propeller Shaft Repair
- Notice Date
- 3/18/2020 7:31:00 AM
- Notice Type
- Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- W07V ENDIST ST PAUL SAINT PAUL MN 55101-1678 USA
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES20T0045
- Response Due
- 3/24/2020 8:00:00 AM
- Archive Date
- 04/08/2020
- Point of Contact
- Scott E. Hendrix, Kenneth J. Eshom
- E-Mail Address
-
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The following is a Request for Quotes (RFQ). The U.S. Army Corps of Engineers (USACE), St. Paul, Minnesota District has a requirement for transportation, dry-dock, and repair of the starboard propeller shaft and strut bearing on the Tender Butler. The Government will furnish the replacement propeller shaft and the nickel boron hardened sleeves.� This will require a short turn-around time. The North American Industry Classification System (NAICS) code for this project is336611; Ship Building and Repairing with a size standard of 1,250 Employees. �This shall be solicited as a total small business set-aside. No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the beta.sam.gov website for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). �All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obthawks in Utah by promoting a more desirable distribution of Vegetation Structural Stages (VSS) across the project area, (2) create and maintain stand conditions that minimize growth loss and mortality from insects and disease by lowering insect hazard rating across the project area, (3) Reduce hazardous fuels by lowering potential for stand-replacing crown fire and (4) improve silvicultural condition of timber stands over current conditions. To accomplish these objectives, the contract includes the following components: timber removal and roads. Resulting Contract � Any resultant contract will be a commercial services contract with requirements for timber removal and road maintenance. Project Location � The project area is within the Cedar City Ranger District of the Dixie National Forest in Kane and Garfield Counties, Utah, it is approximately 28 miles east of Cedar City, Utah and located within T38S, R6W, �Sections 7, 18, 19, T38S, R7W, Sections 13, 14, 23, 24, 25, 26 of the Salt Lake Base Meridian.� The complete solicitation package will be attached and made available only through beta.sam, https://beta.sam.gov/� on or within 15 days of this notice.� Anyone wishing to participate in this proposed procurement must obtain their copy from beta.sam.� Copies will not be mailed from the Contracting Office.� All amendments will be posted on bet.sam.� Contractors will be solely responsible for obtaining amendments from this site to update files. This requirement is being solicited as a Full and Open competition, in accordance with Forest Service Handbook (FSH) 2409.19, Chapter 60 at 63.13, and Agricultural Act of 2014, with the intent to award a Firm-Fixed Price contract.� A single award will be made from the solicitation. All prospective contractors must be registered in the System for Award Management (SAM) database at http:www.sam/gov/ before award of contract; failure to register in the SAM database may cause your firm to be ineligible for the award and removed from consideration. �NAICS:� 113310, 500 employees
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/409b7ea6a8b64705af8076933589cff9/view)
- Record
- SN05592672-F 20200320/200318230215 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |