COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS
V -- MOVE MOORING BARGE FROM SALEM CTY, NJ TO BUCKS CTY, PA AND ESTABLISH 3000 FEET OF DREDGE PIPELINE
- Notice Date
- July 24, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107
- ZIP Code
- 19107
- Solicitation Number
- DACW61-01-R-0040
- Response Due
- August 3, 2001
- Point of Contact
- Contact: Beth Goetz, 215/656-6924, Contracting Officer: Robert Sharamatew, 215/656-6770
- E-Mail Address
- Click here to e-mail the Contract Specialist (elizabeth.y.goetz@usace.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This solicitation will be issued as a Request for Proposals and shall be designated Solicitation No. DACW61-00-R-0040. The solicitation is expected to be available for viewing and downloading by potential contractors on or about 25-July-2001 at the following website: https://ebs.nap.usace.army.mil. Questions about the solicitation may be directed to Beth Goetz by e-mail to elizabeth.y.goetz@usace.army.mil, by telephone to (215) 656-6924 or by fax to (215) 656-6780. The solicitation document, and incorporated provisions and clauses, are those in effect through Federal Acquisition Circular (FAC) 97-13. CLOSING DATE: Prospective contractors must submit a responsive proposal, together with a completed form of the Offeror Representations and Certification as set forth in FAR 52.212-3,not later than 03 August 2001 at 1415 hours (EDST). Proposals may be submitted either via the Internet at the website listed above or by fax to the attention of Beth Goetz at Fax No. (215) 656-6780. If submitted via the internet, potential contractors must ensure that their user profiles on the Internet are correct and complete. INTENT: It is the intention of the U.S. Army Corps of Engineers, Philadelphia District, to solicit proposals from potential Contractors to move Mooring Barge 2 (MB2) via the Delaware River from an area in the vicinity of Artificial Island Containment Facility, Salem County, NJ to the vicinity of Money Island, Falls Township, Bucks County, PA. Additionally, the Contractor will be required to provide and establish in working order approximately 400 feet of submerged dredge pipeline and approximately 2,600 feet of shore dredge pipeline at the Money Island Site. The dredge pipe is expected to be used in place by the Government for approximately 4 weeks, at the end of which time the Contractor will be required to demobilize the dredge pipe. SCHEDULE: TIME IS OF THE ESSENCE -- The MB2 with all pipeline connections in working order must be in place at the Money Island Site not later than 1600 hours on 17 August 2001. DETAILED SCOPE OF WORK: Contractor must provide all necessary equipment, materials, tools, services and labor to complete the work, including 3000 feet of 24 inch minimum to 30 inch maximum dredge pipeline. Necessary equipment includes a crane barge/derrick with a lifting capacity of 20 tons, tugs, work barge, welding machine, pneumatic tools, handling machine for shore pipeline and hand tools. Prior to commencement of work, Contractor must submit current crane and barge certification to the Government in accordance with Section 16.F of USACE Safety Manual EM-385-1-1. All work shall be accomplished in accordance with USACE Safety Manual EM-385-1-1. The Safety Manual can be viewed or downloaded from the following website: http://www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1. Characteristics of Mooring Barge 2 (MB2): 260 inches x 60 inches x 3 feet 7 inch draft, with displacement of 1,845 long tons. Both mobilization and de-mobilization of the dredge pipe are included in the scope of work. Mobilization only of the MB2 is included in the scope of work and demobilization of the MB2 shall be the responsibility of the Government. Contractor shall be responsible for all USCG navigational aids required for the operation. Contractor shall notify the Government representative when it is ready to transport the MB2 up the Delaware River to the Falls Township, Buck County, PA location (near Money Island). Once Contractor has received the order to proceed and has moved the MB2 to the Money Island Site, Government shall determine the exact mooring location and Government shall be responsible for raising and pinning of the four spuds on the MB2. Contractor shall connect Government-furnished Rubber Dredge Pipe to the discharge end of the MB2 and to the Contractor-provided submerged pipeline. (If required, Government can supply a 30 inch bell connection to mate with the rubber pipe and gaskets for use by Contractor.) Contractor shall place a Government-furnished buoy to the Rubber Dredge Pipe prior to setting in the water after connections have been made. Contractor shall monitor dredge pipeline during initial and second pump-out cycle and shall make all necessary adjustments and/or repairs necessary to ensure proper flow to the disposal area. Government will monitor pipeline and sluice control operations and perform any required shingling and minor welding repairs. All other repairs required during the dredging operation shall be made by Contractor, at its own expense, including major repairs if required. Once Government dredging operations are concluded, Contractor shall demobilize the dredge pipeline and place Rubber Dredge Pipe on the deck of the MB2. (Please note -- a limited number of 1-1/4 inch nuts, bolts, pins and keys for ball joint connection will be provided and, therefore, Contractor is encouraged to save all hardware during dismantling procedures.) Prospective Contractors must quote, as a separate line item, the per week rental cost to be charged for use of the dredge pipeline. EVALUATION FACTORS: The Government intends to award a firm fixed priced order (contract) from the solicitation to the responsible prospective contractor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the proposed Contractor to meet the Government requirement; (ii) price; and (iii) past performance. Contractors should provide information on recent and relevant contracts for the same or similar work performed for USACE,Philadelphia District or references (including contract numbers, points of contact with telephone numbers and other relevant information) on projects undertaken similar in nature and scope to that described in the scope of work. Technical and past performance, when combined, are relatively more important than cost or price. Applicable FAR Provisions: The following Federal Acquisition Regulation provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial; 52.212-3 Offeror Representations and Certification-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. In addition, as required by DFAR 252.204-7004, prospective contractors must be listed in the Central Contractor Registration (CCR) to be eligible for award. Prospective contractors can call the telephone number 1-888-227-2423 or access the internet site at http://ccr.edi.disa.mil for information on listing in the CCR. This solicitation is issued as unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is 48833 and the Standard Industrial Classification (SIC) code for this acquisition is 4492.
- Web Link
- Click here to download a copy of the RFP (https://ebs.nap.usace.army.mil)
- Record
- Loren Data Corp. 20010726/VSOL001.HTM (W-205 SN50S7W4)
| V - Transportation, Travel and Relocation Services Index
|
Issue Index |
Created on July 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|