SOURCES SOUGHT
J -- Blanket Purchase Agreement for Dry Dock Services
- Notice Date
- 4/3/2014
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W807PM40372519
- Response Due
- 4/10/2014
- Archive Date
- 6/2/2014
- Point of Contact
- Scott Brown, 601-631-7902
- E-Mail Address
-
USACE District, Vicksburg
(scott.l.brown@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The solicitation number is W807PM40372519. The Government is seeking to identify qualified large and small business sources under 2013 North American Industry Classification System (NAICS) 336611 for Ship Building and Repairing (Size Standard - 1,000 Employees). 1. Contract Information: The Vicksburg Contracting Office (VCO) is soliciting Capability Statements and Past Performance information from all qualified and interested contractors to participate in a requirement for multiple Blanket Purchase Agreements (BPAs) for the Army Corps of Engineers which is requesting dry dock services for its vessels in the form of multiple BPAs. The BPAs are anticipated to be a period not to exceed five years from date of contract award. 2. Project Information: The requirement is for the services of dry docking, dry dock equipment, towing, anode placement, blasting and painting, hull readings, hull plating, and any inspection costs that may be associated with dry docking and repairing or providing maintenance to a vessel, requirements are not known in advance and may vary considerably. Qualified contractors must possess direct access to the Mississippi River or harbor on the Mississippi River between Cairo, Illinois and New Orleans, Louisiana. a. Dry Docking: The Mat Sinking Unit has several vessels that will need dry docking services over the next five years. There are barges that have a strong possibility of requiring dry dock services along with the towboats Motor Vessel (M/V) William James, the M/V Benyaurd, the tender boat M/V Harrison, the crewboat M/V Muddy Water, and three Quarterboats in the Mat Sinking Unit fleet. b. Towing: If the Mat Sinking Unit does not have a towboat or tender that is available to deliver a vessel to the contractor, the contractor shall arrange towing services to transport the government vessel to the dry dock. c. Anode Placement: The Mat Sinking Unit will require sacrificial anodes to be welded or bolted to the hull of its vessels if the anodes on that particular vessel show significant loss of mass. d. Hull Readings and Hull Plating: On most barges, hull inspections will be required of the contractor by means of hull readings. e. Blasting and Painting: Vessels will require blasting and painting over the next five years to a near-white blast, according to Steel Specifications for Protective Coatings (SSPC) standard SSPC-SP-10-85. f. Gas Free Certificate: The contractor will be required to provide a gas-free certificate should any work need to be done in which this certificate is required. g. Delivery: The contractor is responsible for releasing the vessel to the government without any damages to government property. 3. Submission Requirements: The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting, to submit a Capability Statement consisting of appropriate documentation, literature, brochures, and past performance information with references. Past performance documentation shall include contact names, as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of Small Business Size must also be included. The company's CAGE Code and DUNS number shall also be included with the submission. The Capability Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to similar requirements. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Please indicate your interest and/or ability to provide all services, and provide the maximum lifting capabilities of your facility. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results. Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought may be e-mailed to Scott Brown at Scott.L.Brown@usace.army.mil with the title quote mark VICKSBURG DISTRICT BPA quote mark Responses must be received no later than April 10, 2014 by 3:30p.m., CST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W807PM40372519/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN03328252-W 20140405/140403235852-46bae51fc3c47d64c944d9a4a798fbbb (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 |