Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 04, 2020 SAM #6884
SOLICITATION NOTICE

J -- Repair Main Propulsion Alco Engines on McFarland

Notice Date
10/2/2020 10:29:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU21Q0001
 
Response Due
10/9/2020 10:00:00 AM
 
Archive Date
11/30/2020
 
Point of Contact
Helena R Dinofa, Phone: 2156566762, Fax: 2156566780, Robert W. Hutcheon, Phone: 2156562291
 
E-Mail Address
Helena.R.DiNofa@usace.army.mil, robert.w.hutcheon@usace.army.mil
(Helena.R.DiNofa@usace.army.mil, robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Part 13 and Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested and a formal written solicitation will be included as part of this submission. (SEE ATTACHED SOLICITATION). This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. The official media of distribution for this RFQ is the web. Contractors may download the solicitation (including any drawings/specifications) and any amendments via the beta.SAM web site at https://beta.sam.gov/. It is the Offerors� responsibility to monitor the beta.SAM web site for any amendments. The Solicitation Number for this acquisition is W912BU21Q0001 and a separate attachment (SF1449) is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, dated 10-26-2018. Clauses and Provisions are available on line at HTTP://farsite.hill.af.mil. This requirement is 100% set-aside for small business; the NAICS code is 336611 with a size standard of 1,250 employees. � The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for the contractor to perform ALCO engine repairs on the Dredge MCFARMAND. � The engines are 12-cylinder Model 251-C engine. The general elements of work include, but are not limited to: Removal of water headers and branch pipe assemblies for access to the intake and exhaust manifolds. Removal of the entire exhaust manifold and air inlet elbows. .Removal of broken Allen head bolts on top of the block, repair damaged bolt holes as necessary and replace any missing bolts as required using only Keenserts or Gardserts. Cleaning of the air box dry of any collected oil, clean all gasket surfaces both intake and exhaust. Reassembly of both the intake and exhaust manifolds with new gaskets and new fasteners as required Removal of several cylinder heads and down to pulling the piston and conrod assembly to verify which components require renewal, i.e. cylinder head, piston rings, piston pins or a combination of all. (This can only be determined at the time of inspection).Make the necessary interference removals to allow the cracked turbocharger gas inlet to be removed and replaced Withdraw each piston assembly to check the condition and fit of the piston pin sleeve in the respective piston. Testing and operation of the engines upon completion of all work. All ALCO engine parts will be Government Furnished.� The prospective Contractor shall provide all labor, tools, and equipment required. Vessel Information:� The Dredge McFARLAND is an all-steel, sea-going hopper dredge.� The vessel is 300 feet in length, with a beam of 72 feet, and a depth of 33 feet.� The Government will have the vessel moored at Fort Mifflin Project Office in Philadelphia, Pennsylvania.� Upon completion of the work, the vessel will conduct dock and sea trials prior to delivery back to the Government. Award shall be made on the basis of lowest price technically acceptable. The anticipated period of performance will be from 16 October 2020 to 26 October 2020. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, dated 10-26-2018. FAR Provisions and Clauses applicable to this acquisition are incorporated in their entirety. � Any questions regarding this RFQ must be submitted by e-mail to helena.r.dinofa@usace.army.mil by 06 October 2020 by 1:00 p.m. eastern standard time. All questions will be answered promptly via an amendment. All quotes shall be submitted electronically by (1:00PM) EST on 09 October 2020 to Helena DiNofa at helena.r.dinofa@usace.army.mil. If there are any amendments to this requirement, all amendments are required to be filled out and submitted with the attached SF1449 document by the due date. For information regarding this solicitation, the USACE Point of Contact is Helena R. DiNofa. Please contact electronically a t helena.r.dinofa@usace.army.mil. All contractors are required to be registered in the System for Award Management (SAM) before award as required by DFARS 204.7300 and registered for �All Awards�. Information on getting registered may be obtained by accessing the SAM website at www.sam.gov. Additional instructions will be included in the solicitation. Also, firms who receive a Federal contract in excess of $30,000.00 are required by legislation to submit an annual VETS Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: www.va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f3e895360dd348e18d36c1cf063118bd/view)
 
Place of Performance
Address: Philadelphia, PA 19153, USA
Zip Code: 19153
Country: USA
 
Record
SN05817841-F 20201004/201002230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.