SOLICITATION NOTICE
19 -- Modification of Previous Combined Synopsis-WorkFlat Requirement US Army Corps of Engineers, St. Louis District. Correction of Technical requirements to match bid schedule. Solicitation extended to 9/19/08
- Notice Date
- 9/12/2008
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Army, U. S. Army Engineer District St. Louis CE, CEMVS-CT, US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P908R0738
- Response Due
- 9/19/2008
- Archive Date
- 11/18/2008
- Point of Contact
- Frank J. Johnson, 314-331-8523<br />
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 336611, size standard is 1000 Employees. Bid Items: 0001 1 Ea Push Boat, 25 x 14,350 400 Hp, twin screw, in accordance with the attached technical requirements. Optional Bid Items: 0002 1 Ea Item 0001 above with 500 600 Hp, twin screw, in accordance with the attached technical requirements. This option may only be exercised at time of contract award in conjunction with item 0001 above. 0003 1 Ea One additional Push Boat,25 x 14, 350 400 Hp, twin screw, in accordance with the attached technical Requirements. The Government may exercise this option up to 120 days following contract award. 0004 Item 0003 above with 500 600 Hp, twin screw, in accordance with the attached technical requirements. This option may only be exercised at the same time as item 0003 above. Technical Requirements: Vessel construction shall comply with applicable requirements of NFPA 302, Fire Protection Standard for Pleasure and Commercial Motor Craft, 2004 Edition. Vessel construction shall meet the requirements as contained in the American Bureau of Shipping (ABS) Rules for Building and Classing Steel Vessels for Service on Rivers and Intracoastal Waterways, 2007 Edition. Hull dimensions: 25 length X 14 beam x 5 depth, dimensions are approximate Hull plating: minimum steel plate for deck, sides, bottom, headlog, and transom. Hull constructed of all welded steel, prime domestic plate. All steel shall meet ASTM A-36. Two towknees shall be installed at the bow. Each towknee shall be faced with replaceable hard rubber pads. Towknees shall extend 4 above the main deck and 2 below the main deck. Hull fitted with zinc anode pads for cathodic protection. Pilot House: Enclosed construction with approximate eye level of 9 to 11 feet. Front window of pilot house slanted forward to reduce glare. Pilot house fitted with operable, safety glass windows and lockable steel door with window. Steering and control console inside pilot house to include engine instrumentation. Pilot house shall be fitted with one fire extinguisher with a minimum ANSI/UL rating of 1A:10B:C. Pilot house shall be fitted a marine quality listed carbon monoxide (CO) monitor. Pilot house shall be provided with heat and air conditioning. Ladder shall be fitted to aft of pilot house for access to roof. Pilot house roof shall be provided with handrail. Engine room shall be fitted with lockable steel hatch or door and ladder. Engine room shall be fitted with one fire extinguisher with a minimum ANSI/UL rating of 1A:10B:C. Engine room shall be fitted a marine quality listed carbon monoxide (CO) monitor. Engine room shall be naturally ventilated per NFPA 302. Checkered or diamond plate floor plates shall be installed in the engine room. All doors or hatches shall be capable of being opened from either side and provided with positive means to secure them in both the open and closed position. Steel Protection: Interior and exterior of hull, deck and lower house sand blasted and sprayed with two coats of high solid epoxy recommended by the manufacturer for marine applications. All working decks, stair treads, ship ladders, platforms and walkways shall be provided with non-slip surfaces. A color schedule will be provided following contract award. Vertical and inclined ladders shall comply with ASTM F 1166. Vessel main deck shall not have bulwarks. Steering Controls: Stacked twin lever controls with heavy duty transmission push/pull cable for the main and flanking rudders. Steering Gear shall include main and flanking rudders Propellers: stainless steel Rudders and propellers protected by full skeg. Lighting: Complete navigation light system as required to meet USCG standards. Overhead lights in the pilot house and engine room. Exterior weather tight fixtures provided to allow safe working of line and winches on the fore and aft decks. Controls located in the pilot house. Two remote control spotlights, located on forward port and starboard corners of pilot house roof. Controls located in the pilot house. Deck Hardware Provide and install one H-bitt on the center bow. Provide and install Provide five cast steel kevels, two per side, port and starboard, and one at the aft on centerline. The kevels shall be of the open type with smooth formed center openings. Provide and install two, 5-ton, manually powered, barge winches. The winches shall be provided with the minimum 90 feet of wire rope installed and reaved. Each wire rope free end shall be provided with a 36-inch long swaged eye. Fuel Capacity: minimum 350 gallons. A shutoff valve shall be installed at the fuel tank connection: arrangement shall be made for operating this valve from outside the compartment in which the tank is located and from outside the engine compartment and outside the house bulkheads at or above the weather deck of the vessel. Fuel filling system shall be fitted with an automatic back pressure shut-off nozzle. Fuel and lubricant containers and tanks shall be diked or curbed to contain the tank contents in case of leakage in accordance with 46 CFR 64, 46 CFR 98.30, and 33 CFR 155.320. In lieu of a dike or curb, other means complying with USCG requirements in 46 CFR 64 and 46 CFR 98.30 may be used. All decks, overheads, and bulkheads, serving as fuel oil tank boundaries shall indicate the tank boundary with contrasting paint and be labeled, FUEL OIL TANK-NO HOT WORK. Engine Capacity: two diesel engines, rated at 175 Hp, continuous duty, each, minimum. Vibration isolation mounts. Full instrumentation including tachometer, water temperature, oil pressure, hour meter and voltage meter. Engine starter located in pilot house. A fuel shutoff valve shall be installed at the engine end of the fuel line unless the length of the supply pipe is 6 feet or less. Stainless Steel propeller shafts with dripless stuffing boxes. Electrical System: 12 Volt DC system with panel mounted in pilot house. Provide and install an electronic automatic bilge pump. LIFESAVING & SAFETY A. LIFE RINGS Two 30-inch diameter life rings, USCG approved, shall be provided and installed on life ring racks. Each life ring shall be provided with 90-feet of 3/8-inch polypropylene line and a waterlight. Each life ring shall be international orange in color, and shall be marked with retroreflective tape per USCG Rules. The life rings shall be mounted on the main deck level. B. FIRST AID KIT One Type III, 16 unit first aid kit, including one pocket mouth piece or CPR barrier, in waterproof container shall be mounted in the pilothouse. C. PORTABLE FIRE EXTINGUISHERS The Contractor shall supply and install portable fire extinguishers in accordance with Chapter 12 of NFPA 302. One of the required extinguishers shall be mounted in the pilot house. All extinguishers shall be supplied with racks or holders for mounting. D. ENCLOSED MACHINERY SPACE The engine room shall have provision for discharging extinguishing agent directly into the space immediately surrounding the engine without opening the primary access in accordance with Chapter 12 of NFPA 302. NAVIGATION EQUIPMENT A. RADAR The Contractor shall provide and install a radar, to meet the requirements of 33 CFR, part 164, Navigation Safety Equipment for Towing Vessels. The radar to be supplied must meet the applicable requirements for a vessel of less than 300-tons gross tonnage that engages in towing on the Western Rivers of the United States. A color radar screen shall be provided in the pilothouse. The antenna shall be mounted and be provided with a foundation to minimize vibration and wind loading. B. GPS/DGPS RECEIVER & ANTENNA The Contractor shall provide and install a GPS/DGPS receiver, and all necessary components and antennas. The receiver shall have a minimum 4.5 mono LCD display screen and be able to receive WAAS, GPS and DGPS signals. C. VHF RADIO Two VHF Marine Radios, similar to ICOM model IC-M45A, shall be provided complete with all hardware and pilothouse roof mounted whip antennas. Antennas shall either be provided with lowering brackets or mounted on the mast. O&M MANUALS Three Operations and Maintenance Manuals shall be provided with each vessel. Catalog cutsheets shall be provided for all installed equipment. One line diagrams for the electrical system shall be submitted as part of the O&M manuals. SPARE PARTS The following spare parts shall be furnished for the vessel: Description Quantity Propellers, left and right hand1 set B. FILTERS Description Quantity Air Cleaner Elements 1 case Fuel Oil 1 case Lube Oil 1 case Reduction Gear Lube Oil 1 case Crankcase Vent Filter Elements 1 case Fuel filters/water separators Filter Elements 1 case Marine Transmission Filters 1 case Steering Hydraulic Filters 1 case Packaging and Marking The propellers shall be palletized and marked with the contract number, manufacturer, and year of manufacture. Filters shall be provided in the original manufacturers cases. INSPECTION, ACCEPTANCE & DELIVERY The Government will inspect the vessel at the Contractors facility prior to launch or delivery. Contractor shall coordinate with the Lockmaster for inspection of the vessel prior to launch. Contractor shall provide a minimum 21 calendar days notice prior to inspection date. After inspection the vessel shall be delivered on the water to the Melvin Price Locks and Dam dock, with all lubricant, coolant and fuel tanks filled to nominal capacity. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated and will remain in full force in any resulting contract. (Full text of clauses and provisions may be accessed electronically at http://farsite.hil.af.mil. FAR 52.204-7, Central Contractor Registration. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2, EvaluationCommercial Items. 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. FAR 52.212-3 ALT1, Offeror Representations and CertificationsCommercial Items. FAR 52.212-4, Contract Terms and Conditions--Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders to include: FAR 52.214-21, Descriptive Literature; 52.219-6, Notice of Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Required Central Contract Registration (52.204-7) Alternate A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. DFARS 252.225-7001, Buy American Act-Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Request. DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of Lowest Price Technically Acceptable. Acceptability will be based on the following evaluation factors in no order of importance: (1) past performance, caliber of offerors performance on previous contracts of similar nature; 2) Offer conforming to the technical requirements listed. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 4:00 p.m. MST on 17 September 2008. Quotes may be mailed to: Department of the Army, St. Louis District Corps of Engineers, 1222 Spruce Street RM4.207, St. Louis, MO 63103-2833 Attention Frank J. Johnson, or e-mailed to frank.j.johnson@usace.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include: 1) Representations and Certifications, FAR 52.212-3 ALT1, Offeror Representations and Certifications Commercial Items, or verify registered in Online Representations and Certifications Application (ORCA); 2) cost/price; 3) at least three references (companies who youve provided similar items too); 4) estimated delivery installation. Quote may be considered non-responsive if you fail to include all this information.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9a3ccdc9521cb58bca08587f32b04160&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO<br />
- Zip Code: 63103-2833<br />
- Zip Code: 63103-2833<br />
- Record
- SN01669065-W 20080914/080912222545-9a3ccdc9521cb58bca08587f32b04160 (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 |