Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2023 SAM #7806
SOURCES SOUGHT

J -- Drydocking & Ultrasonic Testing for the Crane Barge Brownlee

Notice Date
4/10/2023 11:32:13 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
 
ZIP Code
70118-3651
 
Solicitation Number
W912P8-23-SS-0005
 
Response Due
4/14/2023 12:00:00 PM
 
Point of Contact
Lauren A. Gandolfi, Phone: 5048622466
 
E-Mail Address
lauren.a.gandolfi@usace.army.mil
(lauren.a.gandolfi@usace.army.mil)
 
Description
DRYDOCKING AND ULTRASONIC TESTING FOR THE CRANE BARGE BROWNLEE SOURCES SOUGHT NOTICE/MARKET RESEARCH.� THIS IS NOT A PRESOLICITATION OR SOLICITATION ANNOUNCEMENT. �After review of the responses to this notice, and if the Government intends to proceed with the acquisition, a separate announcement will be published on the System for Acquisition Management (SAM) website (SAM.gov). Responses to this SOURCES SOUGHT NOTICE / MARKET RESEARCH are not an adequate response to any future solicitation announcements. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals/quotes and is not to be construed as a commitment by the U.S. Army Corps of Engineers. However, all interested parties who believe they can meet the requirements are invited to respond, in writing, to this Sources Sought Notice. ANTICIPATED CONTRACT INFORMATION/DESCRIPTION: The New Orleans District expects to issue a Request for Quote in accordance with Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures for a contract for DRYDOCKING AND ULTRASONIC TESTING FOR THE CRANE BARGE BROWNLEE with the following SCOPE OF WORK: �The Contractor shall furnish all management, supervision, labor, subcontracting, services of manufacturer's representatives and all facilities, utilities, shore power, equipment, tools, lubricants, fuels, materials and articles (excluding Government-furnished property) required to fully execute the Mandatory and Contracting Officer authorized Optional work items specified herein. Shore power shall be provided for the entire contract period. The slip ring space heaters in the crane tub and the jacket water heaters for the two main diesel generator sets shall be kept on for the entire contract period. The power provided shall be 480 volt, 3 phase, and 100 amps. VESSEL DATA. The crane barge BROWNLEE is a welded steel barge 195�-0� long, 54�-0� wide, and 10� deep. The light displacement is 982 long tons. The loaded displacement is 1,132 long tons. Loaded draft is approximately 3�-7�, fore and aft. Light draft is 2�-3� forward and 4�-6� aft. The crane is an Amhoist model 230 revolver, pedestal mounted, serial number R-1179, with 130 foot of boom. The spuds, portable equipment, and material on the barge will be removed prior to delivery to the Contractor. NOTE: The vessel is equipped with a CO2 fire extinguishing system that protects the upper and lower machinery rooms. The system shall be locked/tagged out by the Contractor prior to the work commencement to protect workers from accidental discharge of CO2. The Contractor shall remove the lockout/tagout devices from the system upon completion of the repairs. See paragraph 4.5.2 for requirements to control hazardous energy (Lockout/Tagout). The Contractor shall establish and maintain a quality control plan as specified in paragraph 2.2. The Government will evaluate the Contractor�s performance in accordance with the Quality Assurance Surveillance Plan. DRYDOCKING. Dry-dock the vessel and hold it on dry-dock until all underwater repairs, cleaning, painting and dry-dock inspections are complete and all painting up to the deck is ready for immersion. Block height shall be at least 4 feet. Blocks shall be spaced to support the vessel on the bulkheads. Maximum allowable hull overhang beyond the blocks shall be 10 feet at the bow and 15 feet at the stern. Pump all bilges dry and dispose of the contents in accordance with all Federal, State and Local regulations. See paragraph 1.9.1 concerning the fuel and oily bilge tanks. No work shall be done to the diesel day tank in the upper machinery room. Before beginning any hot work, clean and gas-free the affected spaces as required by 29 CFR 1915. Spaces requiring the gas-freeing shall be ""Safe For Workers and Safe for Hot Work"". Maintain the affected spaces in a ""Safe for Workers and Safe for Hot Work"" condition until all hot work is complete. Inspect and test each affected space in accordance with 29 CFR 1915 to insure that the condition within the space is maintained. Furnish and display the Marine Chemist certificate in the immediate vicinity of the affected operation. Furnish one additional copy to the Government Inspector. ULTRASONIC TESTING. Furnish the required instruments and the services of an American Society for Nondestructive Testing ACCP Level II certified ultrasonic technician to gauge the thickness of the hull plating at the specified locations. Furnish a report to the Contracting Officer within seven calendar days after the vessel is dry-docked. The report shall include sketches indicating the reading locations and tables containing the readings and the percent diminution. Readings exceeding 25 percent diminution shall be highlighted. The price shall include any and all related services such as electricity, water, staging, and surface preparation necessary to take the ultrasonic readings. ANTICIPATED DRYDOCK START DATE WILL BE 22 MAY 2023. SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT NOTICE: Responses to this SOURCES SOUGHT NOTICE / MARKET RESEARCH STUDY shall include the following information: 1. Interested firm's name, address, point of contact, phone number, email address and small business size status under NAICS Code. 2. A brief capabilities narrative describing the interested firm's ability to meet anticipated contract requirements as described above. 3. Interested firms are also requested to submit a narrative describing one project they have completed that is similar in size, scope and complexity to the anticipated contract requirements described above. Submission of your interest is not a prerequisite to any potential future posting, but participation will assist in identifying sources with required capabilities.� Interested offerors must be registered in the System for Award Management (SAM) database (sam.gov) to be eligible for award of a Government contract. Responses to this notice are by 2:00 pm CST on Friday, 14 April 2023 and should be forwarded via email to lauren.a.gandolfi@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e132621aba8430998927b44c60e9772/view)
 
Record
SN06645998-F 20230412/230410230112 (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.