Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

J -- Dry-dock and inspect the 165' long vessel M/V Ranger III.

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Isle Royale National Park 800 East Lakeshore Drive Houghton MI 49931
 
ZIP Code
49931
 
Solicitation Number
N631003A113
 
Response Due
9/4/2003
 
Archive Date
7/28/2004
 
Point of Contact
Sheila E. Rushlow Contracting Officer 9064877145 sheila_rushlow@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The National Park Service, Isle Royale National Park, is soliciting proposals for all labor, materials and facilities necessary to dry-dock and inspect the 165' long vessel M/V Ranger III. The M/V Ranger III is assigned ABS Class Notation +A1,E+AMS, Great Lakes Service and is designated a Subchapter H passenger vessel under 46 CFR. The M/V Ranger III is also inspected under portions of Subchapters D and I of 46 CFR. Offeror will be asked to provide pricing a Basic and Optional Requirements. Work identified as the Basic Requirement is: hull cleaning the entire underwater surface including sea chest screens; sea chest interiors; and other underwater appendages; conduct ABS inspection in accordance with five-year certification requirements, and USCG required inspection. Optional Requirements shall be priced for the following additional work: Hull preparation; hull painting from the keep to the waterline; increase the holding capacity of the sewage holding tank from 1,586 gallons by an additional 500 gallons; inspect bow thruster tunnel for pitting; replace upper deck cargo hatch; grid blast the lifeboat deck, port and starboard bridge wing decks and forward bridge deck; install new "P" traps in two shower drains located in the crew berthing area and the Captains shower located on the main deck and re-route drains for the galley and snack bar to the discharge overboard. The National Park Service will deliver the vessel to a shipyard located in the Great Lakes area. If the Contractor is not located in the Great Lakes, the Contractor will be responsible for any additional transportation costs beyond the Great Lakes area, and will comply with all applicable laws and regulations for transportation of this vessel by water. Proposal submission and evaluation of offers will be conducted using a two phased approach. First proposals will be evaluated by the Technical Evaluation Panel using the Evaluation Criteria identified in the Solicitation; Criteria A, Dry-dock Capacity and Facility, Criteria B, Samples of Work, and Criteria D, Demonstrated ability to complete work within the required schedule for the projects identified under Samples of Work. Based on this evaluation, evaluators will unanimously vote on the acceptability or unacceptability of each proposal. At this stage unacceptable proposals will be eliminated from competition. Second, all acceptable proposals will then be evaluated using Criteria C, Past Performance submitted for the Samples of Work identified. Upon completion of this evaluation, a Competitive Range will be determined by the Contracting Officer. The Government anticipates award of a firm-fixed price contract on or before September 22, 2003. The Solicitation with be issued electronically on the Department of Interior's National Business Center (NBC) website at http://ideasec.nbc.gov. Offerors interested in the doing business, and receiving a copy of the Solicitation must register on the Fed Biz Opps website. The Solicitation with specifications shall be posted on or about August 3, 2003. NO HARD COPIES OF THE PACKAGE WILL BE ISSUED. A hard copy of the Technical and Business proposal shall be submitted to the address identified in the Solicitation package, on or before 4:00 p.m. local prevailing time on September 4, 2003. For information contact Sheila Rushlow, Contracting Officer at (906) 487-7145. This Solicitation is unrestricted, NAICS Code, 336611, Ship Building and Repair. The size Standard is 1,000 Employees.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1129370)
 
Place of Performance
Address: Contractor's facility.
Zip Code: 49931
Country: United States
 
Record
SN00386157-W 20030731/030729213951 (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.