Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2003 FBO #0598
MODIFICATION

19 -- Design, construct, test and deliver Two Maneuver Boats

Notice Date
7/18/2003
 
Notice Type
Modification
 
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
DACW6103-R-0033
 
Response Due
8/28/2003
 
Archive Date
10/27/2003
 
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
Total Small Business
 
Description
NA The notice for RFP DACW6103-R-0003 published on 7/14/03 is modified as follows: The Philadelphia District/Marine Design Center intends to procure two maneuver boats for use on the Illinois River in support of the Rock Island Districts lock and dam operati on at the Peoria Lock and the LaGrange Lock Projects. The primary mission of the boats is to provide a floating platform to raise, or lower, the dam wickets (segments that form the dam) in a safe and effective manner and to regulate the river water pool e levations at each location. During the operating season (generally year round) the vessels are positioned along the respective dams assisted by a) a small towboat moored alongside the vessel to the side opposite the dam, b) a stern winch with a cable conn ected to a shore point, c) spuds that ride on the raised wickets on the side of the vessel adjacent to the dam. The vessels shall be of all welded steel construction. The vessels shall be approximately 80 feet long by 32 feet wide, and 4 feet, 6 inches o f depth. The design draft of the vessels shall be approximately 2 feet. A heated and air conditioned deckhouse with sufficient space for deck storage and the inclusion of an electric incinerator toilet is required on each vessel. The vessels will be des igned and built in accordance with American Bureau of Shipping rules for Steel Vessels on Rivers and Intracoastal Waterways, U. S. Coast Guard, and other marine construction regulatory standards. Testing is required and must be performed in open water pri or to delivery. The procurement will be performed using the negotiated procurement process under Part 15 of the Federal Acquisition Regulations as a competitive procurement. Proposals will be reviewed for their completeness and evaluated on their merit a gainst the following factors: Technical??????management, similar design and construction experience, past performance and product. Price-price reasonableness. The technical factors, as a whole, are more important than price. However, price remains a si gnificant factor. Award of a contract will be made to the responsible offeror whose proposal, conforming to the requirements of the solicitation will be most advantageous to the Government, price and other factors considered. The procurement is set aside for small business and the applicable NAICS code is 336612 with a size standard of 1000 employees. The solicitation will issue on/about July 29, 2003 with proposals to be received on/about August 28, 2003 at 2:00 a.m., local time. Solicitation document s will only be available via the Web, hard copies will not be available. Offerors may view and/or download the solicitation and all amendments from the Internet at the following address: https://ebs.nap.usace.army.mil on (or after) the issue date. If an y offeror information changes during the advertisement period, offerors are responsible to make changes to their user profile on the Internet. Failure to make changes in their user profile may cause a delay in receiving the solicitation and any amendments . Offerors are responsible for printing paper copies of the solicitation. BONDING is required. If your Bid Guarantee is in the form of a bid bond, the following applies: BONDING DOCUMENTS: BONDS, POWERS OF ATTORNEY, STATEMENTS OF AUTHENTICITY AND CONTI NUING VALIDITY, AND ALL RELATED DOCUMENTS MUST NOT BEAR COMPUTER PRINTER GENERATED SIGNATURES AND/OR SEALS. DOCUMENTS BEARING SIGNATURES AND/OR SEALS GENERATED AS PART OF A DOCUMENT, AS OPPOSED TO BEING AFFIXED TO THE DOCUMENT AFTER ITS GENERATION, WILL NOT BE ACCEPTED. SUBMISSION OF SUCH DOCUMENTS MAY RENDER YOUR BID OR OFFER NON-RESPONSIVE AND INELIGIBLE FOR AWARD. Affirmative action will also apply. Liquidated damages will be specified. Award will be made as a whole to one offeror. All contractors must be registered in the DoDs Central Contract Register before award, as required by DFARS 204.7300 and comply with VETS-100 annual reporting as required by FA R 22.1310(b). Instructions will be included in the solicitation. This procurement is 100 percent aside for small business.
 
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
SN00375280-W 20030720/030718213825 (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.