SOLICITATION NOTICE
19 -- TMV GELBERMAN Shipyard Overhaul
- Notice Date
- 12/21/2012
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-13-B-0005
- Response Due
- 2/7/2013
- Archive Date
- 2/19/2013
- Point of Contact
- Robert W. Hutcheon, (215) 656-2291
- E-Mail Address
-
USACE District, Philadelphia
(robert.w.hutcheon@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Marine Design Center (MDC) of the U.S. Army Corps of Engineers (USACE) intends to initiate an Invitation for Bid (IFB) to provide labor, materials, and service to dry-dock and repair the New York District MV GELBERMAN. The GELBERMAN is 85' 0 quote mark in length, has a breadth of 26'0 quote mark and a molded depth of 10' 0 quote mark. The GELBERMAN displaces 213 short tons, has two propellers and has a loaded draft aft of 8' 6 quote mark. The GELBERMAN is all welded steel, has a Monohull/Keel Coolers hull form and has the ABS I.D. Number 8004533. The vessel is currently stationed at the USACE Caven Point facility and work is to be performed by a facility within a sixteen (16) hour running time distance from Caven Point Terminal, Jersey City, N.J. at an average speed of 10 knots. The vessel's primary mission is debris removal from the New York Harbor. The vessel is currently classed by ABS and maintains a USCG Certificate under Subchapter I. The major scope of work includes: Drydocking and launching of the vessel. Assisting the USACE, ABS, and USCG with inspections of the hull, tanks, propeller shafts, rudder stocks, sea valves, and miscellaneous piping. Cleaning and painting the exterior of the vessel. Cleaning and painting machinery space deck plates. Replace all zinc anodes. Cleaning fuel tanks and fresh water tanks. Forepeak and aft peak tank coatings. Keel cooler cleaning and testing. Sea chest maintenance. Optional freshwater tank coatings. Optional steel plate and weld seam renewal. Optional replacement of propellers, shafts, bearings, and liners with Government Furnished Equipment. Optional replacement of rudder stocks and bearings with Government Furnished Equipment. Optional miscellaneous pipe and valve renewals, cleaning, and painting. Period of performance for the contract, including delivery, will be 45 days after the award of the contract and Notice to Proceed is given. For an offer to be considered to be responsive, the contractor must be able to commence the shipyard period on or after 18 February 2013. A Pre Award Survey of the contractor's facilities and technical abilities may be requested prior to acceptance of bid. Liquidated damages will be included with this acquisition. Bonding will not be required. The NAICS code is 336611 and the size standard is 1,000 employees. Offers will be evaluated on the basis of cost. The Invitation for Bid (IFB) number W912BU-13-B-0005 will be available on or about 7 January 2013 with a closing date of on or about 7 February 2013 at 1300 hours (EST). Hard copies will not be available and telephonic, written or fax requests will not be accepted. The official media for distribution of this Invitation for Bid (IFB) is the web. Contractors may download the solicitation (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov, on or after the issue date. It is the Offerors responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the IFB and any amendments. All bids are to be delivered to: U.S. Army Corps of Engineers CENAP-CT-S, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, ATTN: Robert Hutcheon. Electronic submission via e-mail or fax ARE NOT acceptable. All offers are due on 7 February 2013 by 1300 hours (EST). Prior to the award of any contract under this solicitation the successful Offeror may be required to enter into a quote mark Master Ship Agreement for Repair and Alteration of Vessels quote mark. Offerors that have entered into this agreement prior to this solicitation need not comply with this requirement. All contractors are required to be registered in the System for Award Management (SAM) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the SAM website at www.sam.gov. Instructions will be included in the solicitation. Also, firms who receive a Federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: www.vets.com. Questions can be directed to robert.w.hutcheon@usace.army.mil. This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-13-B-0005/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02954886-W 20121223/121221235122-9a8e9e24de45222be8a48b9492310b2d (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 |