PRESOLICITATION NOTICE
19 -- OVERHAUL OF THE SEAGOING DREDGE MCFARLAND
- Notice Date
- 1/4/2002
- Notice Type
- Presolicitation Notice
- Contracting Office
- US Army Engineer District, Philadelphia - Civil Works, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- DACW61-02-B-0005
- Response Due
- 3/6/2002
- Archive Date
- 4/5/2002
- Point of Contact
- Savoy Ernest, 215-656-6913
- E-Mail Address
-
Email your questions to US Army Engineer District, Philadelphia - Civil Works
(Ernest.G.Savoy@nap02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price Job Order under a Master Agreement for Repairs and Alterations of Vessels, for the Overhaul of the Sea Going Dredge McFARLAND. The vessel is an all steel Seagoing Hopper Dredge. The vessel is 300 feet in length, with a beam of 72 feet, and a depth of 33 feet. The loaded draft of the vessel is 23 feet, 0.875 inches forward and aft, and a light draft of 15 feet, 3 inches forward, 16 feet, 6 inches aft. Gross tonna ge is 6,036 tons loaded and 5,644 tons light. The Government will deliver the vessel in open water near the contractor's facilities. A portion of the work to be performed consists of the following: drydocking, utilities and services; cleaning and gas-fre eing of fuel and oil storage tanks; jetting pump repairs, replacement of dredge piping, life raft recertification, rebuilding of ALCO propulsion engines, replacement of port and starboard rudder pintles and bearings, overhaul of the drag winch motors, hull painting, dredge pump repairs, hopper door operating mechanism repairs and recertification of the firefighting system. A Drydock Examination and Inspection for renewal of the U.S. Coast Guard Certificate of Inspection and an Annual Load Line Survey for t he renewal of the American Bureau of Shipping?s International Load Line Certificate. Upon completion of the work, the vessel will conduct dock and sea trails prior to delivery back to the Government. Prospective contractors must have, or be capable of, en tering into a Master Ship Agreement and have the required dry-docking capabilities for the vessel. The area of consideration will include facilities between Maine and Texas and the East and Gulf Coasts of the United States for evaluation of bids purposes. Repair facilities located north and south of Philadelphia, Pennsylvania will have their bids surcharged $166.20 per nautical mile to and from Philadelphia. Solicitation No. DACW61-02-B-0005 will be issued on or about 4 February 2002 with a closing date of on or about 6 March 2002 at 1415 hours. The vessel will only be available on February 12, 2002 for the purpose of conducting a site visit. Contractors are required to contact Mr. Mark Saylor (215) 656-6745 at least 24 hours prior to coordinate the si te visit. The vessel will be available for repairs on March 2002 for repairs. The total performance period for this procurement will be Sixty (60) calendar days., A bid guarantee and performance and payment bonds will be required and liquidated damages m ay be applied for failure to complete the work within the designated performance period. Prospective contractors interested in receiving a solicitation must be registered in the Central Contractor Registration Database. Information for getting registered can be obtained by calling 1-(888)-227-2423, or the Internet at http://www.ccr2000.com. as required by DFARS 204.7300. Instructions will be included in the Solicitation. All offers are to be delivered to the Corps of Engineers, Wanamaker Building ? Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 ATTN: Mr. E. Savoy. Any questions can be directed to Mr. Savoy at (215) 656-6913. Solicitation documents will be furnished only on the website. This office will not accept any telephonic, writt en or faxed requests for a copy of the solicitation. Offerors may view and/or download the solicitation and all amendments from the Internet at the following address: at https://ebs.nap.usace.army.mil on or after issue date of the solicitation; however th e official media of distribution for this solicitation is the website. Award will be made as a whole to one bidder. If any information changes during the advertisement period, contractors are responsible to make changes to their user profile on the Intern et. Failure to make changes in their user profile may cause a delay in receiving notice of the solicitation or any amendments. The contractor?s drydock faciliti es to be used in the performance of the work shall meet Military Standard No. MIL-STD-1625C(SH), dated 25 August 1987, and Notice 1, dated 30 December 1992, at the time of award, as evidence by receipt of a Naval Sea Systems Command (NAVSEA) certificate. An alternative to a NAVSEA certificate would be a signed and dated certificate from a Professional Engineer stating that the drydock facilities currently meet all of the requirements applicable to that type of drydocking facility listed in Military Standa rd No. MIL-STD-1625C(SH), dated 25 August 1987, and Notice 1, dated 30 December 1992. The Professional Engineer must have a license that is valid in any state in the U.S. at the time of award. Acceptance of this alternative certificate is subject to the review and approval of the most recent Facilities Certification Report (FCR) by the Contracting Officer. The FCR shall be completed in accordance with applicable Military Standard No. MIL-STD-1625C(SH) requirements for the subject drydock facility. The P rofessional Engineer and any personnel performing the certification process shall meet the requirements listed under Paragraph 4.4.3.3 of MIL-STD-1625C(SH). Prospective contractors are required to furnish a copy or send information on their drydock/gravin g dock capability and certification prior to the bid closing date. The submittal and approval of a current dock certification will be a factor in any award made. The North American Industry Classification System No. is 336611 and the small business size standard is 1,000 employees. This procurement is 100% set-aside for small business. Affirmative Action to insure equal opportunity is applicable to the resulting contract.
- Web Link
-
- Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: US Army Engineer District, Philadelphia - Civil Works 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Country: US
- Record
- SN20020106/00011714-020107072231 (fbodaily.com)
- Source
- FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date) - Army Single Face to Industry
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |