SOLICITATION NOTICE
19 -- Truckable Modular Workboat - Specfications
- Notice Date
- 3/25/2016
- Notice Type
- Presolicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-16-T-0028
- Archive Date
- 4/26/2016
- Point of Contact
- Aaron Sannutti, Phone: 2156566777, Adriana A. Dunaway, Phone: 215-656-6895
- E-Mail Address
-
Aaron.W.Sannutti@usace.army.mil, adriana.a.dunaway@usace.army.mil
(Aaron.W.Sannutti@usace.army.mil, adriana.a.dunaway@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Drawing 2 Drawing 1 Draft Specifications to be included in Section C of the solicitation. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for one truckable, modular workboat, with an option for a second, to serve the U. S. Army Corps of Engineers, Rock Island District (CEMVR). A full draft of the specifications is attached to this notice for review, comments, and questions. The vessel shall be modular, so as to be disassembled for over road transport. Modular as defined here includes a single hull with removable deckhouse, pilothouse, and towknees. The vessel hull size shall be between 25 and 30 feet long, and not more than 14 feet wide. Hull depth from the bottom to the main deck at midships shall be approximately 6 foot. The overall vessel design and arrangement is to be developed from the existing and successful-in-service, "truckable" towboats currently available on the market, with tunnel form stern, and steering and flanking rudders that do not extend below the hull. The tunnel hull shall be suitable for propeller diameter not less than 34 inches. The workboat shall be a truckable, open propeller diesel powered workboat with an all welded steel hull and modular-welded superstructure. The operator height-of-eye shall be a minimum of 12' feet above the waterline and shall not exceed a maximum of 15'-6". The vessel shall be built to ABS River Rules with PE stamped drawings, but is not required to be classed by ABS. There will be an evaluated option for a second identical vessel. Delivery and final acceptance will be at the U.S. Army Corps of Engineers Rock Island District Office. Rock Island, IL. Period of performance including delivery is 180 days after Notice to Proceed. The NAICS code is 336612 and the size standard is 1,000 employees. This procurement is 100% set-aside for small business. Please submit all questions and comments regarding the specifications by 11 April 2016 at 1400 hours to aaron.w.sannutti@usace.army.mil to ensure the appropriate timeframe for these to be addressed prior to the solicitation posting. This acquisition will be awarded under FAR Part 12, with the solicitation containing clause 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of item offered to meet the Government requirement; price; and past performance. Offerors are advised that the Government intends to award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the offeror's best terms. The Solicitation Number W912BU-16-T-0028 will be issued on or about 25 April 2016 with a closing date of on or about 10 May 2016 at 1400 hours. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP 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 offeror's 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 RFP and any amendments. All offers are to be delivered to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Aaron Sannutti. All contractors are required to be registered in the DOD System for Award Management by award (SAM) before award as required by FAR 4.1102. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. Questions may be sent to aaron.w.sannutti@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-16-T-0028/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04062774-W 20160327/160325234148-1f3a470f30b97e55a12280bb3cb333ce (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 |