Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2009 FBO #2848
SOLICITATION NOTICE

J -- RECOVERY--J--RECOVERY--PROJECT NUMBER 117599, Drydock Repairs on St. Paul District Vessels

Notice Date
9/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-09-R-0036
 
Response Due
9/22/2009
 
Archive Date
11/21/2009
 
Point of Contact
Lisa A. Draves, 651-290-5614
 
E-Mail Address
US Army Engineer District, St. Paul
(lisa.a.draves@usace.army.mil)
 
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 requirement is being fully procured with funds provided by the American Recovery and Reinvestment Act of 2009. The U.S. Army Corps of Engineers (USACE) St. Paul District intends to award an Indefinite Delivery Indefinite Quantity contract using firm fixed price per unit pricing. This requirement consists of providing vessel repair services in a drydock for up to six (6) vessels including four (4) barges and two (2) twin-screw tenders. Displacements vary from 81 long tons to 340 long tons. The contractor shall transport vessels to and from the contractors facility from the Corps Fountain City Base at Upper Mississippi River mile 734. The solicitation number is W912ES-09-R-0032 and is issued as a request for proposals (RFP). This solicitation will be issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 12, 13, and 15. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. This requirement 100 percent set-aside for small business concerns. The associated North American Industrial Classification (NAICS) code is 333120 and the business size standard is 750 employees. This requirement consists of fifteen (15) line items: 0001 -- Provide all labor, materials, and consumables to repair the Crane Barge Hauser (Vessel #1) in accordance with the Scope of Work; 0001AA -- Transport Crane Barge Hauser (Vessel #1) to and from Contractor's facility, raise and lower on dry dock, pressure wash hull, and perform inspections and hull thickness gauging tasks in accordance with the Scope of Work (Qty: 1, Unit: LS) 0001AB -- Remove, clean, and handle Crane Barge Hauser (Vessel #1) bilge and fuel bunker contents, as applicable, in accordance with the Scope of Work (Qty: 1, Unit: LS) 0001AC -- Repair the Crane Barge Hauser (Vessel #1), including hull plate cropping and replacements, push plate replacements, tow knee replacements, structural steel replacements, stiffener installations, and bumper and rub rail repairs, as applicable, in accordance with the Scope of Work (Qty: 1, Unit: LS) 0001AD -- Optional Item: Replace hatch cover seals on Crane Barge Hauser (Vessel #1) in accordance with the Scope of Work (Qty: 1, Unit: LS) 0001AE -- Optional Item: Clean, sandblast, and paint the interior of the hull of Crane Barge Hauser (Vessel #1) in accordance with the Scope of Work (Qty: 1, Unit: LS) 0001AF -- Optional Item: Clean, sandblast, and paint the exterior of the hull of Crane Barge Hauser (Vessel #1) in accordance with the Scope of Work (Qty: 1, Unit LS) 0002 -- Provide all labor, materials, and consumables to repair the Crane Barge Wade (Vessel #2) in accordance with the Scope of Work. 0002AA -- Transport Crane Barge Wade (Vessel # 2) to and from Contractor's facility, raise and lower on drydock, pressure wash hull, and perform inspections and hull thickness gauging tasks in accordance with the Scope of Work (Qty: 1, Unit: LS) 0002AB -- Remove, clean, and handle Crane Barge Wade (Vessel #2) bilge and fuel bunker contents, as applicable, in accordance with the Scope of Work (Qty: 1, Unit: LS) 0002AC -- Repair the Crane Barge Wade (Vessel #2), including hull plate cropping and replacements, push plate replacements, tow knee replacements, structural steel replacements, stiffener installations and bumper and rub rail repairs, as applicable, in accordance with the Scope of Work (Qty: 1, Unit: LS) 0002AD -- Optional Item: Replace hatch cover seals on Crane Barge Wade (Vessel #2) in accordance with the Scope of Work (Qty: 1, Unit: LS) 0002AE -- Optional Item: Clean, sandblast, and paint the interior of the hull of Crane Barge Wade (Vessel #2) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0002AF -- Optional Item: Clean, sandblast, and paint the exterior of the hull of Crane Barge Wade (Vessel #2) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0003 -- Provide all labor, materials, and consumables to repair the Tender McNamara (Vessel #3) in accordance with the Scope of Work. 0003AA -- Transport Tender McNamara (Vessel # 3) to and from Contractor's facility, raise and lower on drydock, pressure wash hull, and perform inspections and hull thickness gauging tasks in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0003AB -- Remove, clean, and handle Tender McNamara (Vessel #3) bilge and fuel bunker contents, as applicable, in accordance with the Scope of Work (Qty: 1, Unit: LS) 0003AC -- Repair Tender McNamara (Vessel # 3) propulsion and steering systems in accordance with the Scope of Work (Qty: 1, Unit: LS) 0003AD -- Repair the Tender McNamara (Vessel #3), including hull plate cropping and replacements, push plate replacements, tow knee replacements, structural steel replacements, stiffener installations and bumper and rub rail repairs, as applicable, in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0003AE -- Optional Item: Replace hatch cover seals on Tender McNamara (Vessel #3) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0003AF -- Optional Item: Clean, sandblast, and paint the interior of the hull of Tender McNamara (Vessel #3) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0003AG -- Optional Item: Clean, sandblast, and paint the exterior of the hull of Tender McNamara (Vessel #3) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0004 -- Provide all labor, materials, and consumables to repair the Tender Wells (Vessel #4) in accordance with the Scope of Work. 0004AA -- Transport Tender Wells (Vessel #4) to and from Contractor's facility, raise and lower on drydock, pressure wash hull, and perform inspections and hull thickness gauging tasks in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0004AB -- Remove, clean, and handle Tender Wells (Vessel #4) bilge and fuel bunker contents, as applicable, in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0004AC -- Repair Tender Wells (Vessel # 4) propulsion and steering systems in accordance with the Scope of Work (Qty: 1, Unit: LS) 0004AD -- Repair the Tender Wells (Vessel #4), including hull plate cropping and replacements, push plate replacements, tow knee replacements, structural steel replacements, stiffener installations and bumper and rub rail repairs, as applicable, in accordance with the Scope of Work (Qty: 1, Unit: LS) 0004AE -- Optional Item: Replace hatch cover seals on Tender Wells (Vessel #4) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0004AF -- Optional Item: Clean, sandblast, and paint the interior of the hull of Tender Wells (Vessel #4) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0004AG -- Optional Item: Clean, sandblast, and paint the exterior of the hull of Tender Wells (Vessel #4) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0005 -- Provide all labor, materials, and consumables to repair the Office Barge 786 (Vessel #5) in accordance with the Scope of Work. 0005AA -- Office Barge 786 (Vessel # 5) to and from Contractor's facility, raise and lower on drydock, pressure wash hull, and perform inspections and hull thickness gauging tasks in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0005AB -- Remove, clean, and handle Office Barge 786 (Vessel #5) bilge and fuel bunker contents, as applicable, in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0005AC -- Repair the Office Barge 786 (Vessel #5), including hull plate cropping and replacements, push plate replacements, tow knee replacements, structural steel replacements, stiffener installations and bumper and rub rail repairs, as applicable, in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0005AD -- Optional Item: Replace hatch cover seals on Office Barge 786 (Vessel #5) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0005AE -- Optional Item: Clean, sandblast, and paint the interior of the hull of Office Barge 786 (Vessel #5) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0005AF -- Optional Item: Clean, sandblast, and paint the exterior of the hull of Office Barge 786 (Vessel #5) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0006 -- Provide all labor, materials, and consumables to repair the Office Barge 719 (Vessel #6) in accordance with the Scope of Work. 0006AA -- Transport Office Barge 719 (Vessel #6) to and from Contractor's facility, raise and lower on drydock, pressure wash hull, and perform inspections and hull thickness gauging tasks in accordance with the Scope of Work (Qty: 1, Unit: LS) 0006AB -- Remove, clean, and handle Office Barge 719 (Vessel #6) bilge and fuel bunker contents, as applicable, in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0006AC -- Repair the Office Barge 719 (Vessel # 6), including hull plate cropping and replacements, push plate replacements, tow knee replacements, structural steel replacements, stiffener installations and bumper and rub rail repairs, as applicable, in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0006AD -- Optional Item: Replace hatch cover seals on Office Barge 719 (Vessel #6) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0006AE -- Optional Item: Clean, sandblast, and paint the interior of the hull of Office Barge 719 (Vessel #6) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0006AF -- Optional Item: Clean, sandblast, and paint the exterior of the hull of Office Barge 719 (Vessel #6) in accordance with the Scope of Work. (Qty: 1, Unit: LS) 0007 -- Optional Item: Daily rental rate for use of the drydock. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 15, Unit: Days) 0008 -- Optional Item: Hourly rate for crane services. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 60, Unit: Hours) 0009 -- Optional Item: Hull cropping. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 300, Unit: Square Foot) 0010 -- Optional Item: Supply of steel plate. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 300, Unit: Square Foot) 0011 -- Optional Item: Welding of hull plate. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 300, Unit: Square Foot) 0012 -- Optional Item: Welder Services. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 80, Unit: Hours) 0013 -- Optional Item: Machinist services. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 40, Unit: Hours) 0014 -- Optional Item: Laborer services. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 260, Unit: Hours) 0015 -- Optional Item: Superintendent services. If it is determined that additional repairs are needed, specifications will be provided at the time a task order issued. (Qty: 80, Unit: Hours) Delivery will be FOB destination to Fountain City, WI 54629. Period of Performance: October 15, 2009 through May 15, 2010. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil/. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. Award will be made to the responsible offeror whose offer, conforming to this combined synopsis/solicitation, will be most advantageous to the Government, price and other factors considered. The following text is added to paragraph (a) of FAR 52.212-2, Evaluation of Offers: (i) technical capability (capacity of drydock(s) in tons; square footage of shops and yards; size of staff responsible for operating drydock and making vessel repairs; number of full time welders on staff; description of fuel handling and cleaning resources; name(s) of sandblasting and painting subcontractor(s); quantity and scope of sandblasting and painting jobs completed for the offeror and the subcontractor(s) in the last five (5) years); (ii) past performance; (iii) price. Technical capability and past performance, when combined, are more important than price. Additional instructions are provided in 52.212-2 of the solicitation. The provisions at 52.212-3 (Alt I), Offeror Representations and Certifications Commercial Items and 52.219-1, Small Business Program Representations, apply to this acquisition. Offerors shall submit a completed copy of these provisions or proper ORCA certifications. The Online Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov. The provisions at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; 252.225-7000, Buy American Act--Balance of Payments Program Certificate, and 252.247-7022, Representation of Extent of Transportation by Sea, apply to this acquisition. Offerors shall submit a completed copy of these provisions. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5 (Alt II), Contract Terms and Conditions Required to implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following clauses identified in 52.212-5 (Alt II) are considered applicable to this acquisition: 52.203-6 (Alt 1), 52.203-15, 52.204-11, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.225-13, 52.232-33, Additional FAR and Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.202-1, 52.203-3, 52.203-11, 52.203-12, 52.204-4, 52.204-7, 52.209-6, 52.216-18, 52.216-19, 52.216-22, 52.222-50, 52.223-11, 52.233-1, 52.233-2, 52.233-3, 52.233-4, 52.245-1, 52.245-2, 52.247-34, 52.252-1, 52.252-2, and 52.253-1; and DFARS 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.204-7004 (Alt A), 252.204-7006, 252.209-7001, 252.209-7004, 252.211-7003, 252.211-7007, 252.212-7001, 252.217-7011, 252.225-7001, 252.225-7002, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.232-7010, 252.243-7001, 252.243-7002, 252.247-7023, and 252.247-7024. Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. Numbered Notes do not apply to this acquisition. All responsible sources that can meet the requirements may respond to this solicitation. Offerors must submit the following to be considered responsive and have a complete quote (1) a completed proposal with pricing information for each ITEM and acknowledgment of any Amendments; (2) Technical information as instructed in 52.212-2 of the solicitation (capacity of drydock(s) in tons; square footage of shops and yards; size of staff responsible for operating drydock and making vessel repairs; number of full time welders on staff; description of fuel handling and cleaning resources; name(s) of sandblasting and painting subcontractor(s); quantity and scope of sandblasting and painting jobs completed for the offeror and the subcontractor in the last five (5) years.); (3) Past performance information in accordance with 52.212-2 (Past performance information may include references or recent or relevant contracts of a similar nature, size, scope or complexity. Offerors are encouraged to provide relevant contract numbers if applicable and/or a point of contact including a telephone number); (4) Completed copies of the provisions at FAR 52.212-3 (Alt 1) and 52.219-1 or indicate if representations and certifications have been completed electronically via the Online Representations and Certifications Application (ORCA) website at http:// orca.bpn.gov; (5) Completed copies of the provisions at DFARS 252.212-7000, 252.225-7000, and 252.247-7022. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Offers are due no later than 12:00 p.m. (CST) on 22 September 2009. Interested sources may contact Lisa Draves at lisa.a.draves@usace.army.mil for a copy of the solicitation package. Offers may be submitted to lisa.a.draves@usace.army.mil, faxed (attn: Lisa Draves, 651-290-5706), or mailed to U.S. Army Corps of Engineers, St. Paul District, Attn: Lisa Draves, Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Responses and questions are to be emailed to Lisa Draves at lisa.a.draves@usace.army.mil. Telephonic inquiries will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-R-0036/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
 
Record
SN01947203-W 20090911/090910000950-9f26208bb67c3cd3a63552c2cef45629 (fbodaily.com)
 
Source
FedBizOpps 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.