SOURCES SOUGHT
W -- Port Everglades, FL - Harbor Subsurface Investigations Marine Boat Lift
- Notice Date
- 7/21/2016
- Notice Type
- Sources Sought
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-16-Q-01MS
- Point of Contact
- Matthew M. Schoewe, Phone: (912) 652-5076, Bruce A. Helms, Phone: (912) 652-6147
- E-Mail Address
-
matthew.m.schoewe@usace.army.mil, BruceA.Helms@usace.army.mil
(matthew.m.schoewe@usace.army.mil, BruceA.Helms@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT - This is a Sources Sought only. This is not a Request for Quote. The U.S. Army Corps of Engineers, Savannah District intends to issue a Request for Quote for Barge Rental and Operation at a later date. Description of Services: The Contractor shall provide a self-propelled lift-vessel capable of operating within 50-feet of water in order to support drilling operations within the entrance channel of Port Everglades. The purpose for using a lift-vessel is to provide a safe, stable, work platform for USACE drilling crews while drilling operations are underway. The lift-vessel shall be fully manned and capable of supporting drilling operations within the entrance channel of Port Everglades, FL. The estimated number of days to complete the drilling mission, including weather delays, is 30 days; this does not include the time to mobilize the vessel to Port Everglades, FL. The estimated number of days may change depending on customer needs. The Contractor shall also supply a crew boat to transport the drilling crew and any supplemental supplies to and from the lift-vessel; a crane capable of lifting up 25,000lbs to load and unload drill rig and supplies. The Contractor will supply adequate dock space to load and unload necessary supplies and equipment for use in the proposed contract. The contractor shall be responsible for securing the drilling rig to the vessel using a certified welder. A rod-trough that extends beyond the bow of the vessel may need to be constructed to accommodate rod string lay-downs during drilling operations. The contractor shall provide sufficient working area around the drill rig to allow the crew to safely conduct drilling operations; this may require construction of additional deck space. Site Information: Site maps, navigation charts and bathymetric maps may be acquired from the Savannah District, Geology Section, POC William McIntosh, 912-652-5669, email; william.o.mcintosh@usace.army.mil Historical tide data can be acquired from the NOAA Tides and Currents website; http://tidesandcurrents.noaa.gov/tide_predictions.html?gid=184#listing. Borehole coordinates will be provided by the Savannah District for navigational purposes. Hard copy maps can be made available upon request. 1. Lift-Vessel Requirements: The lift-vessel shall be self-propelled, be capable of jacking up a minimum of 50-feet above the seafloor, and have a moon-pool to allow the drill string to be lowered through the deck to the seafloor. Onboard water pump, electrical generation, and crane capacity is required. The vessel shall be in compliance with established US Coast Guard guidelines and regulations. The Contractor shall provide a crew boat capable of safely transporting the drilling crews and any supplemental supplies safely from the dock to the lift-vessel moored offshore. Crew will be transported from the mainland and returned after daily drilling activities each day. Work Day: The Contractor shall ensure that the vessel and crew are prepared to conduct 12-hour operations. One (1) USACE drilling crew will conduct 1-drilling shift within a 12-hour period. One drilling shift shall consist of a ten (10) hour day, with two hours allocated for transport on and off the vessel by a crew boat. Survey and Elevations: The Contractor shall provide HYPACK capability to assist with navigation and locating of the borings, and ocean floor depth. All horizontal locations shall be given in FL state plane international feet coordinates referenced to North American Datum 1983. Any vertical elevation corrections will be referenced to Mean Lower Low Water. The anticipated NAICS for this future requirement is 532411 with an SBA size standard of $32.5M. All interested contractors have until July 28, 2016 at 11:00 AM (ET) to submit your company's name, DUNS, CAGE Code, and statements that indicate their capabilities as it relates to the requirements listed above and whether they are a large or small business using the NAICS and size standard above. Submittals will only be accepted via email to matthew.m.schoewe@usace.army.mil by the due date and time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-16-Q-01MS/listing.html)
- Place of Performance
- Address: Entrance Channel, Port Everglades, FL, Port Everglades, Florida, 33316, United States
- Zip Code: 33316
- Zip Code: 33316
- Record
- SN04191249-W 20160723/160721235338-710fd734fe8a7ad0879d5134b65116b6 (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 |