SOLICITATION NOTICE
J -- Repairs to Towboat and Deck Barges, Kentucky Dam, Tennessee River Mile 22.4, Nashville District Corps of Engineers
- Notice Date
- 11/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-06-T-0004
- Response Due
- 12/6/2005
- Archive Date
- 2/4/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation for small business set-aside utilizing the associated NAICS code 336611. Solicitation documents and incorporated provisions and clau ses are those in effect through Federal Acquisition Circular. Offers will be evaluated as far as the total cost to the Government pertaining to the travel time/cost to and from the facility and the repair facilitys offer. Provision at 52.212-1, Instruct ions to Offerors Commercial Items, applies to this acquisition. Offerors shall include with their offer a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Clauses 52.212-4, Contract Terms and C onditions Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, are applicable to this acquisition. Scope: This specification represents the minimum acceptable repairs to be performed to the Motor Vessel WARIOTO (hereafter referred to as towboat) and Deck Barges ND31, ND32 and ND 34. Because of the inability to determine the exact extent of repairs n ecessary until the vessels are removed from the water, this scope may be widened should the condition of the vessels necessitate. The Contracting Officers Representative (COR) shall advise the Contracting Officer of any additional repairs needed outside the scope of this specification and request approval prior to the repair being made. Special Requirements: The Corp of Engineers work schedule dictates several special requirements in order to minimize economic impact of these repairs. Foremost is the time period the vessels are available for repair. The vessels shall be available for repairs January 9 13, 2006. Contractor shall take necessary steps to ensure that all vessel repairs are completed within this specified time frame and vessels are released for duty no later than noon, Central Standard Time, on the date established at th e award of the contract. Failure to return vessels to duty-status by the aforementioned time may result in the contractor becoming liable for liquidated damages at a rate of $700 per day. These time constraints also dictate the geographic area that the v essels may be taken to in order that repairs may be performed. Travel distance must be limited to 100 river miles from the vessels location near Kentucky Dam, Tennessee River Mile 22.4. This will enable the vessels to depart and return to their duty sit e without causing fiscal loss to the government. The towboat weights approximately 450 tons. Contractor shall have sufficient ability to safely drydock a vessel weighing over 450 tons in its entirety. Partial lifting of the vessel will not be allowed. Deck Barges weigh approximately 85 tons each. General Requirements: a. Contractor shall provide liability insurance sufficient to cover any damages that could occur to the vessels while in his custody. Proof of insurance shall be presented to COR prior to the contractor taking possession of the vessels. b. Contractor shall provide labor and all necessary materials to dry-dock the vessels including any necessary switch-boat operations. c. Shore power shall be provided to the towboat at all times. d. All fuel shall be measured and off-loaded until towboat repairs have been completed. Fuel tanks shall be cleaned and all waste removed. All equalizing pipes shall be cleaned and inspected as necessary. Fuel shall be reloaded thru a filtering system t o remove water and particulates onto towboat after completion of all repairs. Once all fuel is back on-board, the quantity shall be re-measured. e. C ontractor shall have a marine chemist inspect the vessels and certify all affected voids as gas-free as needed. Copies of certificates shall be provided to the COR. f. All work shall be performed to acceptable industry standards that include but are not limited to the American Welding Societys Guide for Steel Hull Welding ANSI/AWS D3.5-93 and American Bureau of Shippings Rules for Building and Classing Steel Vessels . General Cleaning: Following repairs, affected areas shall be cleaned of all debris and residue resulting from repair activities. Areas where protective coating has been damaged will be cleaned and new protective coatings, equivalent to original, will be applied. Any strong-backs, lifting eyes or similar material used during the repairs shall be cut off, ground flush with surrounding surface, and protective coating applied as necessary. Towboat Repairs: Steering and Flanking Rudders: a. Provide necessary labor, materials and crane service needed to remove rudders. Rudders shall be inspected for structural damage and repaired as necessary. b. Existing rudder bushings and rubber seals shall be removed. Furnish and machine new bushing material as needed to install as original or equal. Purchase and install new rubber seals as needed that are identical or equal to original. c. Drawings of bushings and seals are available from the Contract Officer. Wheels: a. Provide necessary labor, materials and crane service needed to remove port and starboard wheels. b. Wheels shall be repaired as necessary and re-installed at appropriate time. Kort Nozzles: a. Re-weld, repair and or replace liners as needed. b. Inspect nozzles for structural damage or cracks and repair as needed. Shafts: a. Provide necessary labor, materials needed to remove port and starboard shafts. b. Inspect shafts for structure damage or fractures and repair fractures as needed. Purchase and install new cutlass bearings as required. c. Purchase and install new Johnson seal-rings as required. Grid Coolers: Repair or replace work guards as necessary. Hull: Clean and inspect the overall condition of hull coating and plating. Repair and/or re-coat as necessary with a compatible painting system in accordance with the manufacturers application specification. Anodes: a. Contractor shall purchase and install teardrop style anodes of appropriate size for the below specified applications b. Install eight (8) anodes to each steering rudder. c. Install four (4) anodes to each flanking rudder. d. Install approximately 20 additional anodes to various locations on the shaft struts and kort nozzles. The exact locations shall be determined by Corps representative following dry-docking of vessel. Deck Barge Repairs: (The following items shall be required repairs for each barge) Hull: a. Clean and inspect the overall condition of hull plating. b. Make necessary repairs to bow and aft knuckle areas c. Install steel plating across rake transition to hull bottom. Plating should be approximately four (4) feet wide, twenty-six (26) feet long and .25 or .38 inch thick. Plate thickness will be dependent on condition of existing hull plating. d. Repair and/or re-coat as necessary with a compatible painting system in accordance with the manufacturers application specification. Delivery date for goods and services is 9-13 January 2006. Travel distance must be limited to 100 river miles from the vessels location near Kentucky Dam, Tennessee River Mile 22.4. Offers are due on Tuesday, 6 December 2005, by close of business to the Estes Kefauver Federal Building, U.S. Army Corps of Engineers, Nashville District, Contracting Division (Attn: Tunissha Marshall), 110 9th Avenue South, Room A-604, Nashville, Tennessee 37203. Offers may also be emailed to tunissha.l.marshall@lrn02.usac e.army.mil. Point-of-Contact for contractual inquiries is Ms. Tunissha Marshall at (615) 736-7921. For information regarding this solicitation contac t Mr. Mark Hallar at (615) 736-7826.
- Place of Performance
- Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
- Zip Code: 37202-1070
- Country: US
- Zip Code: 37202-1070
- Record
- SN00936396-W 20051124/051122212211 (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 |