Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2003 FBO #0562
SOLICITATION NOTICE

19 -- Design, construct, test and deliver an Inland River Crane Barge

Notice Date
6/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Philadelphia - Civil, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
DACW61-03-R-0028
 
Response Due
6/26/2003
 
Archive Date
8/25/2003
 
Point of Contact
William Bailey, 215-656-6932
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Civil
(William.A.Bailey@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Philadelphia District/Marine Design Center is soliciting offers to obtain one (1) inland waters non-self propelled crane barge (approx. 300-ton crawler crane by others) conforming to commercial standards. The vessel is intended to serve the U.S. Army C orps of Engineers, Nashville District in support of its mission. The vessel's primary mission is the support of maintenance dredging and repair of navigation structures and facilities. The vessel will operate in both shallow and drift-strewn rivers. The p rincipal characteristics of the vessel are as follows: 255 ft. L x 56 ft. B x 10 ft. D barge size with towknees and bow recesses for crawl on/off ramps. The vessel shall be ABS classed as: A-1 Barge, River Service, and shall have a deckhouse for a generat or room, shop, deck locker, day room, locker room and 6-8 person crew accommodations. Additional features include: (1) Two-way barge, raked ends, flat bottomed, wall-sided, flat deck, (2) approx. 135 ft. long crawler path forward of midships with timber ma tting, steel curbing and crane stops, (3) two, identical 170kw diesel generators, deck mounted with radiators, (4) Four 45 ft. LOA top entry independently-powered spuds with energy-absorbing fenders, (5) Four electric barge connector winches, (6) Six car p uller type capstans, (7) 2-ton deck mounted pedestal jib crane with 5?????? reach beyond barge side, (8) Eight integral tank ballast system with dual manifolds, (9) approx. 25,000 gal independent fuel oil storage tank, and (10) an approx. 5,000 gal indepen dent potable water tank. The acquisition will be a negotiated, best-value procurement performed using the Contracting By Negotiation procurement process prescribed in Part 15 of the Federal Acquisition Regulations. Proposals will be reviewed for completeness in satisfying the req uirements of the RFP. The Proposals will be evaluated on their merit against the evaluation factors listed below: Technical Factors-(a) past performance and experience, (b) management, and (c) product and Price Factors-(a) price reasonableness and (b) pric e realism. The technical factors as a whole are more important than price. However, price remains a significant factor in determining the best value. Price proposals must be submitted simultaneously with the technical proposal to the Contracting Officer in accordance with the requirements of Section L ?????? Proposal Requirements and Evaluation Criteria of the RFP. The government may award a contract on the basis of initial proposals received without discussions; therefore, each proposal should contain the offerors best terms. The Request for Proposal Number RFP) DACW61-03-R-0028 will be available on the District??????s Web pages on or about June 26, 2003. Hard copies will not be available. No written or fax requests will be accepted. Contractors shall download this RFP (incl uding drawings) and all amendments from the web page at the following address https://ebs.nap.usace.army.mil on or after the issue date of the RFP. The official media of distribution for the RFP is the Web. All amendments to this RFP will be posted to th e Web page at the above address. Hard copies will not be furnished. It is the contractor??????s responsibility to monitor the web page for any amendments. Interested contractors must register on the Internet Web page. If any of the contractor??????s in formation changes during the advertisement period, contractors are responsible to make changes to their user profile on the Internet Web Page. Failure to make changes in their user profile may cause for delay in receiving notification of the RFP and Amend ments. Contractors are responsible for printing copies of the RFP and any amendments. Proposals will be due on or about July 28, 2003. The NAICS code is 336611 and the small business size standard is 1000 employees. Bonding is required. If your bid gua rantee is in the form of a bid bond, the bond must be properly signed by both the bidder and surety (B ONDING DOCUMENTS INCLUDING POWER OF ATTORNEY SHOULD BEAR AN ORIGINAL SIGNATURE BY AN OFFICER OF THE SURETY) and all required seals must be affixed. All contractors are required to be registered in the DOD??????s Central Contract Register before award as required by DFARS 204.7300. Information on getting registered may be obtained by phoning 1-888-227-2423 or by accessing the following internet website: http://www.ccr.gov. Also, contractors who receive a federal contract of $25,000.00 are required by le gislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following internet web site: http://vets100.cudenver.edu. This procu rement is unrestricted.
 
Place of Performance
Address: US Army Engineer District, Philadelphia - Civil 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00346160-W 20030614/030612214448 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.