|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30,1998 PSA#2231U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room
643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 19 -- REPOWER, UPGRADE AND REPAIR THE USACE DUSTPAN DREDGE POTTER SOL
DACW61-99-R-0004 DUE 011799 POC Michelle Bertoline, Contract
Specialist, 215-656-6914 The U.S. Army Corps of Engineers (USACE)
intends to accomplish repowering, upgrade, and repairs to the dredge
POTTER, a USACE dustpan dredge. The vessel length overall is 240'-6",
beam overall is 46'-1-1/2" and molded depth amidships is 9'-0". Vessel
displacement (light) is 1,393 tons. The dredge POTTER is a steam
powered dustpan dredge constructed in 1932, and is operated by the St.
Louis District, USACE. The vessel is of all steel, riveted and welded
construction. The vessel shall be converted from steam power to diesel
electric along with the upgrade/replacement of necessary support
systems. Drydocking is necessary to complete required underwater stern
modifications. Testing is required and will include dredging trials.
The vessel is designed for operation within the inland river system and
is not suitable for open water transit on its own bottom, and will not
be permitted to be operated or towed on its own bottom outside of the
Mississippi river tributary system and the gulf intracoastal waterway.
The acquisition utilizes the Two-Step Formal Advertising Method
prescribed in Subpart 14.5 of the Federal Acquisition Regulations. Step
One consists of submitting technical proposals. The technical proposals
will be evaluated to determine that: 1. The proposal is numbered, dated
and signed by a Corporate Officer. 2. The proposal contains all the
data and information required by Part III, "PROPOSAL REQUIREMENTS"; 3.
The selected Systems Integrator meets all the requirements stated in
Part II, "DESIGN CRITERIA" of this solicitation; 4. The required
combined harmonic analysis for all modes of operation is performed and
submitted; 5. All machinery and equipment applications are appropriate
for the intended service and represent machinery currently in
production and in use in other similar service; 6. The system design
meets all requirements for satisfactory operation in all modes of
operation as described in C.705.A.1 and C.705.A.2 of the specification.
The technical proposals shall not include prices or pricing
information. Step One will be made available on or about 16 December
1998 with Technical Proposals due by C.O.B. 17 January 1999. In the
Second Step, 1. Only bids based upon technical proposals determined to
be acceptable, either initially or as a result of discussions, will be
considered for award, and; 2. Each bid in the Second Step must be based
on the bidder's own technical proposal. 3. Offerors should submit
proposals that are acceptable without additional explanation or
information; 4. The Government may make a final determination regarding
a proposal acceptability solely on the basis of the proposal as
submitted, and 5. The Government may proceed with the Second Step
without requesting further information from any Offeror; however, the
Government may request additional information from offerors of the
proposals that it considers reasonably susceptible of being made
acceptable, and may discuss proposals with their offerors. A notice of
unacceptability will be forwarded to the offeror upon completion of
the proposal evaluation and final determination of unacceptability.
Only one technical proposal may be submitted by each offeror. Step Two
will be accomplished by Sealed Bid Procedures. This procurement may
include options for related repairs. Contract Solicitation Documents
will be provided on CD-ROM. One CD-ROM will be provided free of charge
upon receipt of a written request. Please provide a physical street
address, telephone and fax number, Federal Tax Identification Number
and Business size. Bidders will be responsible for hard copies.
Contractors must be registered in the Central Contractor's Registration
Database (CCR) prior to award of the contract. Upon award, this
contract will utilize the Marine Design Center's three phase
contracting methodology. Award is anticipated for April 1999, and
shipyard engineering and material procurement is to begin prior to
vessel arrival. Vessel delivery to the contractor is to begin at the
end of the 1999-dredging season, late fall 1999. This is an
unrestricted procurement. The SIC code is 3731 and the size standard is
1000 employees***** Posted 11/25/98 (W-SN274977). (0329) Loren Data Corp. http://www.ld.com (SYN# 0154 19981130\19-0001.SOL)
19 - Ships, Small Craft, Pontoons and Floating Docks Index Page
|
|