SOURCES SOUGHT
20 -- Shipyard Maintenance Tasks of the Survey Vessel Linthicum for USACE, Baltimore
- Notice Date
- 6/4/2015
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-15-T-0091
- Response Due
- 6/10/2015
- Archive Date
- 8/3/2015
- Point of Contact
- jackie.e.henderson, 410-962-2841
- E-Mail Address
-
USACE District, Baltimore
(jackie.e.henderson@nab02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis. The U.S. Army Corps of Engineers - Baltimore District has been tasked to solicit for interested vendors in a position to provide vessel maintenance service for the S/V Linthicum. The Survey Vessel Linthicum (S/V Linthicum) is moored at the U.S. Army Corps of Engineers Baltimore District Fort McHenry pier. The vessel is used primarily in support of Chesapeake Bay and its tributaries, Washington Harbor, Anacostia and Potomac River. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, and Veteran Owned. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate Description/Scope of Work: Contractor is responsible for supplying all the necessary services, equipment, labor and materials to complete the herein described work in a professional and timely fashion. The Contractor is responsible for the security of the vessel and its components during the duration of the work. The work may include welding modifications/fabrications which shall be performed by a certified welder. All electrical work shall be performed under the direct supervision of an ABYC certified marine electrician. All electrical work shall meet marine standards with materials used to be quote mark UL Marine Listed quote mark - ABS classed and U.S.C.G. accepted. All paint is to be marine grade paints/coatings. All work is to be completed to meet manufacturer specifications and installed equipment warranty requirements. All work is to meet EPA and USCG standards. All equipment and work is to be warranted to the equipment manufactures warrant standards but no less than 12 months from the date of acceptance of the work. Due to the time and cost of transportation, the work within this scope shall be accomplished within a 50 mile radius of the Baltimore District Fort McHenry office. The contractor must be able to haul and block a 45' by 16' wide vessel, do extensive sanding, scraping, painting and welding to hull and other areas. The contractor must have the proper equipment to store, haul, block the vessel and proper tools to perform the maintenance. -Are you within a 50 mile radius? -Are you experience in doing vessel maintenance? -What is your minimum cost for maintenance -Where is your maintenance site located? Fair trade-in market value of existing equipment that is replaced shall be applied to this work as a reduction to overall cost. NAICS Code: 336611 Small Business Size Standard: 1000 Federal Service Code: 2090 Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the synopsis number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically. Vendors responses are limited to five (5) written pages (PDF or MS Word Format) and shall include the following information: 1. Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small business status (i.e., certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUB Zone). 2. Prior/current experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value (and value of subcontract, if a subcontractor), Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 3. The respondent may identify any unique characteristics or alternative solutions to the performance of work. Interested Firm's shall respond to this Sources Sought Synopsis no later than 1:00 P.M. EST on 10 June 2015. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Jackie Henderson, jackie.e.henderson@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-T-0091/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN03752656-W 20150606/150604235001-17e1c87372b8d7cf2b61bdce7d9b83e1 (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 |