MODIFICATION
J -- Dry Docking and Hull Cleaning Ships in San Francisco Bay - Solicitation 1
- Notice Date
- 7/29/2011
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), WR Acquisition, 201 Mission Street, Suite 2200, San Francisco, California, 94105-1905
- ZIP Code
- 94105-1905
- Solicitation Number
- DTMA94Q2011-0045
- Point of Contact
- Kathryn Rato, Phone: (415) 744-2580, Debbie K. Velmere, Phone: (415) 744-4140
- E-Mail Address
-
Kathryn.Rato@dot.gov, debbie.velmere@dot.gov
(Kathryn.Rato@dot.gov, debbie.velmere@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- SBRF Mooring Plan DTMA94Q20110045 Clauses DTMA94Q20110045 Performance Work Plan Pricing Schedule DTMA94Q20110045 SF 1449 DTMA94Q2011-0045 The U.S. Department of Transportation, Maritime Administration, has a requirement to dry-dock the vessels, PIGEON, PRYO, MISPILION and TULARE, currently located in the Suisun Bay Reserve Fleet, Benicia,CA VESSEL PARTICULARS: PIGEON: Navy Rescue Ship, ASR 21 Length: 281 Feet, Breadth: 86 Feet, Tonnage, Light Ship Displacement: 3,356, GRT: 3,552 PRYO: Breakbulk/Ammunition Ship AE 24, Length: 512 Feet, Breadth: 72 Feet, Tonnage, Light Ship Displacement: 10, 042, GRT: 11,161 MISPILLION: Tanker/Fleet Oiler, T-AO-105 Length: 644 Feet, Breadth: 75 Feet, Tonnage Light Ship Displacement: 11,000, GRT: 16,750 TULARE: Breakbulk/Cargo Ship, LKA 112 Length: 564 Feet, Breadth: 76 Feet, Tonnage Light Ship Displacement: 9.466, GRT: The vessel is restricted to those facilities in the San Francisco Bay area with suitable dry-dock facilities that have the industrial capability and capacity to effectively accomplish underwater hull cleaning, and ex-foliating paint removal activities from the freeboard. The restrictiveness of the San Francisco Bay is due to: the need for cleaning the vessels' under water hulls and of its exfoliating paint before leaving the SF Bay Area iaw CG Ballast Water Management Act. All work and disposal of hazardous materials shall be in compliance with the latest Federal State and local regulatory body requirements. The Offeror shall provide all material, resources, personnel, line handlers, pilots, tugs and assist tugs, as required to unmoor and remove the vessel from its current position in the row at the SBRF and tow it to the Offeror's facility. The vessel tow preparations, including submittal of the towing plan to the local United States Coast Guard shall be performed by the MARAD via the ship recycler. The MARAD recycler shall obtain all vessel towing documentation related to the inland and ocean towing of the vessel including preparing the vessel for transit through the Panama Canal. The MARAD recycler shall ballast the vessel for dry-docking at the SBRF to the docking and trim specifications provided by the Shipyard prior to the departure of the vessel from the fleet to the Offerors facility. The offeror shall schedule the delivery of the vessel so that the vessel shall be placed into the dry-dock immediately upon arrival at the offerors facility and shall not be berthed at a pier awaiting the availability of the dry-dock. The competitive solicitation along with technical data will be available by electronic posting within the next 10 days and and may be found at https://www.fbo.gov/ approximately on July 27, 2011. Solicitation No. DTMA94Q2011-0045, This is full and open acquisition unrestricted under the NAICS Code 336611. All responsible sources may submit a quotation which shall be considered by the MARAD. Firm fixed price contracts are contemplated from one RFQ. Offerors shall propose docking schedule. OFFERS SHALL BE GOOD FOR 90 DAYS. Bidder's conference and Ship tour scheduled for August 5, 2011 starting at 09:00 am PST. Contractors are required to register or update their registration at the Central Contractor Registration website at www.ccr.gov in order to receive a contract award under this solicitation. No paper copies of the solicitation will be available. Offerors will be required to be submitted electronically. Effective January 1, 2005, bidders are to submit representations and certifications electronically via the Business Partner Network (BPN) Website at http://orca.bpn.gov. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. If you have comments and/or questions, you may also contact the Contracting Officer by email: kathryn.rato@dot.gov with a copy of the email to debbie.velmere@dot.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/WR/DTMA94Q2011-0045/listing.html)
- Place of Performance
- Address: San Francisco bay area, United States
- Record
- SN02514861-W 20110731/110729234458-b1090c5245f83c3f2af0c48dc2425c98 (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 |