Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30,1998 PSA#2231

U.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