MODIFICATION
19 -- OVERHAUL OF SURVEYBOAT SHUMAN - Amendment 2
- Notice Date
- 7/28/2011
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-11-T-0045
- Response Due
- 8/2/2011 11:59:00 PM
- Archive Date
- 10/1/2011
- Point of Contact
- Edward A. Boddie, Phone: 2156566786
- E-Mail Address
-
edward.a.boddie@usace.army.mil
(edward.a.boddie@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- W912BU-11-T-0045 AMENDMENT 0002 - extends response date, remove and replace specs and work item. DESCRIPTION: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price Job Order under a Master Ship Agreement for Repairs and Alterations of Vessels, for the Overhaul of the Surveyboat SHUMAN. The Shuman is an aluminum catamaran. Salient characteristics: Length: 64 feet 11 inches Beam: 26 feet Depth: 8 feet-5 inches Loaded Draft: 4 feet, 9 inches forward and aft Light Draft: 4 feet, 7 inches forward and aft Gross tonnage: 53 tons loaded and 32 tons light. The Government will deliver the vessel in open water near the contractor's facilities. The major portion of the work to be performed consists of the following: drydocking, utilities and services, anode replacement; hull audiogaging, hull painting, installation of two (2) Government Furnished Equipment Northern Lights generators, insulating of main cabin overhead, window repairs, modification of engine room air intakes, replacement of propulsion shaft bearings, and replacement of Marine Sanitation Device unit. Upon completion of the work, the contractor will perform tests, trials and other operational performance demonstrations as required in accordance with the specifications prior to delivery back to the Government. Prospective contractors must have, or be capable of, entering into a Master Ship Agreement and have the required dry-docking capabilities for the vessel. The area of consideration will be between Baltimore, MD and Manasquan, NJ, which is within the operating range of the Shuman. At the discretion of the Government submission from contractor's with facilities or proposing location is outside of the operating range of the vessel may be considered. However, those offers will have their quote surcharged at a rate of $41.67 per nautical mile based on the operating rates of the vessel. Vessel visit: The vessel will be available from on or about 22 July 2011 for the purpose of conducting a site visit. Interested parties who wish to visit the vessel will be required to formally request visits from the point of contact, Mr. Emiliano Cruz (215) 656-6745, no later than seven (7) days after the start of the proposal period. Contractors are encouraged, but not required to make a vessel visit prior to submitting an offer prior to 01 August 2011. The acquisition will be solicited using the procurement process prescribed in Part 12, Commercial Items, of the Federal Acquisition Regulations. The Government will award a Firm Fixed-Priced Job Order resulting from this solicitation to the offeror whose offer, conforming to the solicitation, is the lowest price, technically acceptable proposal. An award is expected to result from selection of the technically acceptable proposal with the lowest price. Contractors submitting a quotation are required to furnish a copy or send information on their dry-dock/graving dock capability and certification prior to the bid closing date. The submittal of adequate dock certification will be a factor in any award made. Proposals will be reviewed for completeness and evaluated for acceptability against the evaluation factors: merit of schedules, including integration of services and products offered, past experience, management, past performance, and price. Price is more important than non-cost factors, however, non-cost factors are still significant to award. Performance and payment bonds will not be required. Liquidated damages will be a part of any job order awarded and may be applied for failure to complete the work within the designated performance period. The Request For Quotes, W912BU-11-T-0045, will be available on or about 15 July 2011. Responses are due on 05 August 2011 at 3:00 PM. The total performance period for this procurement will be 28 calendar days after award which should be issued on or about 10 August 2011.. Instructions will be included in the solicitation. All quotations are to be marked "DO NOT open in mailroom" and delivered to the Edward A. Boddie, Corps of Engineers, Philadelphia District, Contracting Division, Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, PA 19107-3390, REF: W912BU-11-T-0045. The NAICS code is Code is 336611; SIC Code 3734, with a size standard of 1,000 employees. Hard copies will not be available. Written or fax requests will not be accepted. Contractors may download the solicitation (including any drawings) and any amendments via the FedBizOpps web site, www.fbo.gov, on (or after) the RFQ issue date. The official media of distribution for the Request for Quest (RFQ) is the Web. All amendments to the RFQ will be posted to the FedBizOpps web site. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments. All contractors are required to be registered in the DOD Central Contract Registration before award as required by DFARS 204.7300. Information on getting registered may be obtained by phone at 1-888-227-2423 or by accessing the following internet website: http://www.ccr.gov. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 301-306-6752 or by accessing the following internet web site: http://vets.dol.gov/vets100. The POC for this action is, Edward Boddie, Contract Specialist, telephone (215) 656-6786, email @ edward.a.boddie@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-T-0045/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN02514585-W 20110730/110729000139-9d45fee733d8228868c43d6b632aba4a (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 |