Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2025 SAM #8685
SOLICITATION NOTICE

W -- MPV BRANDY STATION � DOCKAGE SERVICES

Notice Date
9/4/2025 8:36:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488330 — Navigational Services to Shipping
 
Contracting Office
W074 ENDIST WILMINGTON WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM25QA031
 
Response Due
9/19/2025 11:00:00 AM
 
Archive Date
12/31/2025
 
Point of Contact
Diana Curl, Phone: 9102514915, Rosalind Shoemaker, Phone: 9102514436
 
E-Mail Address
diana.d.curl@usace.army.mil, rosalind.m.shoemaker@usace.army.mil
(diana.d.curl@usace.army.mil, rosalind.m.shoemaker@usace.army.mil)
 
Description
Combined Synopsis/Solicitation � MPV BRANDY STATION � DOCKAGE SERVICES Solicitation Number: W912PM25QA031. This solicitation is issued as an RFQ. Solicitation Issue Date: 04 September 2025 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. This combined synopsis/solicitation is being issued as unrestricted. This solicitation is a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-05 effective August 07, 2025. The associated North American Industry Classification System (NAICS) code for this procurement is 488330 with a size standard of $47M. Description of Requirement: The Contractor shall provide dockage for up to six (6) months while the Brandy Stations main propulsion diesel engines (MPDE) are being rebuilt. Dockside services are �not� required under this contract, but a daily cost for 240V shore power may be provided separately, under the option contract line-item number 0002. The dockage shall be located within 40 nautical miles of Houma, LA and shall be considered a safe harbor of refuge so the Brandy Station will not have to be relocated (via towing) prior to a severe weather event (e.g. hurricane). The dockage location shall also have safe vehicle access and parking for the assigned crewmember(s) to access the Brandy Station to perform routine checks, maintenance, and/or repairs, as needed. The resulting award issued from this request will result in one award. Wage Determinations (WD) will be based on the Contractor�s place of performance. The WD that will be incorporated into the contract award will be the county where the work will take place. Determinations can be found on www.sam.gov. The Offeror is responsible for referring to the wage determination and applying it as applicable. The following documents have been provided: A21 - (A) Combined Synopsis-Solicitation - MPV BRANDY STATION - DOCKAGE SERVICES W912PM25QA031 - Final A21 � (B) SOW_BS_Dockage_08-28-2025 QUESTIONS ARE DUE NOT LATER THAN 4:00 PM, ET, 8 September 2025. QUOTES ARE DUE NOT LATER THAN 2:00 PM, ET, 19 September 2025. SUBMIT QUESTIONS & QUOTES ELECTRONICALLY via email to BOTH diana.d.curl@usace.army.mil and rosalind.m.shoemaker@usace.army.mil .It is your responsibility to follow up and ensure quotes have been received by the Contract Specialist prior to the due date and time for quotes. Quotes are due as specified on the solicitation document (as amended if applicable). The time & date of Quote receipt will be the delivery time & date recorded within the email submission as received by the individuals listed above. Do not assume that electronic communication is instantaneous. Offerors should time their upload effort with prudence by not waiting until the last few minutes�this will allow for unexpected delays in the transmittal process. If an electronic submission is uploaded minutes before the deadline but the upload or transmission doesn�t complete until after the deadline, the submission will be considered late. Offerors are encouraged to keep a copy of the email �sent� and �receipt� verification confirmation for their record. INSTRUCTIONS Please read the instructions and all solicitation documents very carefully before submitting your bids. All Quote Submission Packages must include the following items: Signed Offer as well as signed amendments if issued. Technical Proposal per clause 52.212-2 of the solicitation: Evaluation of Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Issuance of award will be made to the lowest price offeror that is technically acceptable. Price Quote and Technical Proposal: Each offeror must submit both a Price Quote of each line item and a Technical Proposal via email. The technical proposal shall include information that clearly demonstrates the ability to meet all requirements set out in the Performance Work Statement (PWS). The Contractor shall include the technical information that is listed in provision 52.212-2 within the solicitation for submittal requirements. No hard copies will be accepted or evaluated. Both the Price Quote and Technical Proposal must be received by the closing date and time set forth within the solicitation. In an effort to reduce paper and cost, all quotes shall be submitted electronically. All submissions shall be in Adobe PDF format and shall be on 8 � x 11 size pages in no less than 10 pitch or 10 fonts. Offerors may use compression utility software such as WinZip or PKZip to reduce fie size and facilitate electronic transmission. Title file(s) in the following format: W912PM25QA031_COMPANY NAME_PRICING W912PM24QA031_COMPANY NAME_TECHNICAL SAM Registration: Each prospective awardee shall be registered and be active in the System for Award Management (SAM) database prior to award. If the Offeror does not become registered to receive contracts with an active Cage Code and show as active to receive contract awards in the SAM database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling 866-606-8220, Monday � Friday from 8am � 8pm EST. On-line Representations and Certifications may also be filled out at this website. The Government reserves the right to cancel this solicitation. This announcement and written Request for Quote constitutes the only �Request for Quote� that will be made for this requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7509e33c9ea34ec2845dd590cf27995a/view)
 
Place of Performance
Address: LA 70363, USA
Zip Code: 70363
Country: USA
 
Record
SN07578188-F 20250906/250904230043 (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 |
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.