SOLICITATION NOTICE
J -- Boat Repair Services
- Notice Date
- 12/11/2015
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-15-R-0005
- Archive Date
- 2/5/2016
- Point of Contact
- Lisa L. Snead, Phone: 9042323420, Jesse Lugo, Phone: 904-232-1051
- E-Mail Address
-
lisa.l.snead@usace.army.mil, jesse.lugo@usace.army.mil
(lisa.l.snead@usace.army.mil, jesse.lugo@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Corps of Engineers, Jacksonville District, intends to provide multiple blanket purchase agreements to provide ship repair services for the U.S. Army Corps of Engineers. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items to perform repairs, maintenance, and improvements on the USACE survey vessels. The work consists of furnishing all plant, labor, tools, materials, and equipment (except materials and equipment provided in the specifications to be furnished by the Government) and performing all work in strict accordance with the contract specifications and schedules forming parts thereof for repairing and modifying one or more U.S. Government-owned vessel(s); and boat trailers, for the small (trailerable) boats. The repairs and modifications to be performed on each vessel and appurtenances will consist of the work enumerated in the Price Schedule and specifications of each Call, as well as any additional work found necessary in the course of performing the originally specified work, necessary to return the vessel and appurtenances to the assigned mission in a safe and fully operable condition, and to fully comply with all regulations and requirements of the Corps of Engineers and the U.S. Coast Guard. The specific principal dimensions and physical data of the vessel, as well as the specific repairs and/or modifications to be performed, will be specified in each Call issued under this agreement; applicable to the vessel named and described in the Call. A multiple award blanket purchase agreement is considered for this acquisition. The contract award will be delivered within 30 days of award. This acquisition is 100% set-aside for small business. NAICS Code is 336611, Size standard is 1,000 employees. Solicitation W912EP-15-R-0005 will be issued on or about 22 December 2015 and offers will be due on or about 21 January 2016. Point of contact: Lisa Snead, Contract Specialist, telephone number 904.232.3420, email lisa.l.snead@usace.army.mil. Alternate Point of Contact: Jesus Lugo, Jr., Contracting Officer, telephone number 904 232-1051, email Jesse.Lugo@usace.army.mil. Mailing address is 701 San Marco Blvd, Jacksonville, Florida 32207-8175. In order to receive notification of any amendments to this synopsis, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interested bidders must also REGISTER AS AN INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Registration Requirements: FARS 52.204-7, System for Award Management, applies to this procurement. You must be registered in the SAM in order to be eligible to receive an award from this solicitation. Information on SAM registration and annual confirmation requirements via the Internet at http://www.sam.gov. Prospective contractors must be registered in the System for Award Management database prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. All responsible sources may submit an offer which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-15-R-0005/listing.html)
- Place of Performance
- Address: The vessels to be repaired and/or modified under this agreement may be located at any location along the east (Atlantic Ocean) or west (Gulf of Mexico) coasts, as follows: (a) the small (trailerable) boats, or the large boats, may be anywhere along the east coast of Georgia and Florida, from Cumberland Sound, GA, to Key West, FL; or (b) the small (trailerable) boats may be anywhere along the west coast between Everglades Harbor (Collier County), FL, and the Steinhatchee River, FL; or the large boats may be anywhere between Ft. Myers, FL, and Tampa Harbor, FL., Florida, United States
- Record
- SN03967349-W 20151213/151211233907-490e3fd80dd355f8caccd7c204dcd80b (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 |