Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2014 FBO #4486
SOURCES SOUGHT

J -- Dredge Essayons Overhaul and Repair

Notice Date
3/5/2014
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-14-R-0029
 
Response Due
3/14/2014
 
Archive Date
5/4/2014
 
Point of Contact
Patrick Collins, 503-808-4594
 
E-Mail Address
USACE District, Portland
(patrick.collins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interested parties, socioeconomic status availability, capabilities, location, capability and availability of ports. The Government intends to use responses to this sources sought synopsis to make an appropriate acquisition decision for this requirements project. The U.S. Army Corps of Engineers, Portland District is seeking sources for the yearly maintenance, overhaul, dry docking, and emergent support requirements of the USACE Dredge Essayons under NAICS Code 336611. The USACE Portland Distict maintains a United States Coasat Guard (USCG) Certificate of Inspection as well as an American Bureaus of Shipping (ABS) Loadline for this vessel. All work shall meet the standards of these two regulatory bodies. All overhaul and drydock work shall be performed at the Contractor's facility. The Government anticipates awarding One (1) Firm-Fixed Price Indefinite Delivery Contract (IDC), Requirements procurement for a Base Year and Two (2) One Year Option Periods. The Period of Performance is anticipated to be: Base Year: 01 September 2014 through 31 August 2015 Option Year 1:01 September 2015 through 31 August 2016 Option Year 2:01 September 2016 through 31 August 2017 The Dredge Essayons is a trailing arm suction type Hopper Dredge that has an overall length of 350 feet, a beam of 68 feet with dragarms in cradle (108 ft with dragarms on dock), a Normal Light Draft Aft of 21 Feet, and is 7,248 Long tons. At a minimum the contractor shall meet the capabilities listed below. The location for the overhaul and dry docking period shall be the West Coast of the Continental U.S. Scheduled periods of performance will generally take pace between the month of October and the month of March. This period will require Dry-Dock space and potentially a mooring berth. Emergent work requirements may be performed at the Contractor's facility or when the vessel is operating, as determined by the Portland Distirct and the operating schedule of the dredge. Repairs while underway shall be the responsibility of the contractor. This shall include emergency tug assist services. Therefore, the contractor shall have acceptable agreements for emergency or underway repairs with ports of call on the West Coast, Hawaii, and Alaska. Major work items associated with the overhaul and drydocking include: -Hopper staging and steel repairs -Bow thruster remount -Drag arm system winch repairs and machinery overhauls -Valve repairs -Replacement and general ship systems maintenance and repair work -Possible replacement of dredge engines, pumps, and piping -Hull coating replacement -Steering and propeller shaft work (dropping rudders and removing tailshafts) -Sea valve/sea chest/hull anode replacements and repairs -Anchor chain and chain locker removals and inspections -Hopper door and actuator repairs. CAPABILITES 1.THE CONTRACTOR MUST DEMONSTRATE THE FOLLOWING: -Recent relevant experience within the last five (5) years with the repair or modernization of ship propulsion, power generation, structural, steering, electronic systems on large ships under a Master Ship Repair Agreement (MSRA) or similar contract vehicle. -Access to a capable shipyard (as defined in sections 2 and 3 below) and meet the minimum capabilities for doing ship repairs under a MSRA or similar contract vehicle. -Availability of Dry-Dock, and Dock and Mooring Berth between the month of October and the month of March. -Agreements or ability to obtain agreements with other ports of call on the West Coast, Hawaii and Alaska for emergency or underway repairs. -Ability to provide emergency services in Tug Assist. -Ability to perform major work as listed above in the Major Work Items section. 2.DOCK AND WET BERTH: At the minimum the dock and berth shall meet the following criteria. -Minimum low water level of 25' -380' between fore and aft tie off kevels -50'-0 quote mark x 16'-0 quote mark clear dock working area -Documented pounds per square foot load capability -1200 amp, 480 Volts A.C., 3 phase, 60 cycle electrical service with a Ground Fault Circuit Interrupter (GFCI) and phase protection -Potable water -Fire protection @ 400 gpm, 50 psig -Two (2) commercial telephone lines for facsimile machines and four (4) voice lines. Cellular phones may be substituted for additional lines as specified. 3.DRY-DOCK: The dry-dock shall have a minimum lift capacity of 8,500 long tons. Minimum clearance between wing walls shall be 74'-0 quote mark. Minimum keel block height shall be 6'-0 quote mark. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS 1. Point of Contact name, email address, and phone number. 2. CAGE Code and DUNS number. 3. In the event that you are a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. 4. Statement of Capability (SOC) a. Statement of your skills, knowledge, and equipment required to perform the specified type. b. Documentation and examples of recent relevant experience and technical competence with the repair or modernization of ship propulsion, power generation, structural, steering, electronic systems on large ships under a MSRA or similar contract vehicle. c. Statement of availability of Dry-Dock and Mooring Berth. d. Documentation and locations of ports of call on the West Coast, Alaska, and Hawaii available for emergency or underway repairs. The Government intends to advertise a solicitation for this project on or around 17 June 2014. At this time, a solicitation does not exist; therefore, offers shall not be accepted. It is the potential Offeror's responsibility to monitor FedBizOps for release of any future solicitation that may result from this Sources Sought Notice. Response deadline: 5:00 p.m. Pacific Standard Time 14 March 2014. Send email responses with quote mark W9127N-14-R-0029 Dredge Overhaul and Repair Sources Sought quote mark in the subject line to: Patrick.Collins@usace.army.mil NAICS Code for this requirement: 336611 Ship Building and Repairing FSC Code for this requirement: J999 Non-Nuclear Ship Repair Size Standard: 1000 Employees The Point of Contact for small business questions or assistance is the Portland District Small Business Specialist Carol McIntyre Direct: 503-808-4602 Email: carol.a.mcintyre@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-14-R-0029/listing.html)
 
Place of Performance
Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN03302342-W 20140307/140305234317-0b5f139dde03b53b8ff0bf4ac3dba892 (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 |
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.