Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2015 FBO #4852
MODIFICATION

J -- Ship Repair, Maintenance and Overhaul for the USACE Hopper Dredge YAQUINA - Three-Year IDIQ

Notice Date
3/6/2015
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N15R0021
 
Response Due
3/12/2015
 
Archive Date
5/5/2015
 
Point of Contact
Michael Stearns, 503-808-4609
 
E-Mail Address
USACE District, Portland
(michael.d.stearns@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Army Corps of Engineers (USACE) - Portland District located at 333 SW 1st Avenue; Portland, Oregon 97204, is issuing a Pre-Solicitation Notice for Ship Repair, Maintenance and Overhaul for the USACE Hopper Dredge YAQUINA. YAQUINA is a trailing arm suction-type Hopper Dredge with the following characteristics: - Length Overall - 200 Feet - Length B.P. - 188 Feet - Beam Molded - 58 Feet - Beam Overall (with Drag Arms Lowered) - 70 Feet - Registered Gross Tonnage - 2,001 Long Tons - Normal Light, Draft Forward - 6 Feet, 7 Inches - Normal Light, Draft Aft - 10 Feet, 3 Inches - Class - ABS Load Line Work is inclusive of scheduled winter overhauls at the Contractor's shipyard, over and above (growth) work, and repairs / services while the vessel is underway. Anticipated winter overhaul periods for the base and two (2), one-year option periods are on or about: - Base Year: 02 January 2016 to 15 March 2016 - Option Year 1: 02 January 2017 to 15 March 2017 - Option Year 2: 02 January 2018 to 15 March 2018 All work shall meet standards of the United States Coast Guard (USCG) and American Bureau of Shipping (ABS). Major work items for drydock repairs / overhaul include but are not limited to: - Abrasive blasting; - Lower and upper haul coating; - Hull anode renewal; - Sluice valve replacement; - Draghead / gimbal winch reconditioning; - Hoper door hydraulic cylinder overhaul; - Bow thruster pod preservation; - Propeller blade replacement; - Steering gear overhaul; - Exhaust / supply fan overhauls; - Internal tank inspection; and - Dock and sea trials. Solicitation, specifications and other attachments will be available for download on FedBizOpps (FBO) (http://www.fbo.gov) on or about 10 February 2015, with an anticipated proposal due date of 12 March 2015. In order to view these documents, prospective Offerors are required to self-register their firm with FBO (Go to http://www.fbo.gov and click on 'Register Now' under 'Vendor / Citizens'). Registrants are responsible for the accuracy of the information on the registration list. Resulting contract will be Firm-Fixed-Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) Commercial Services Contract with a maximum capacity of $9.5 Million. Anticipated award date is 09 April 2015. Ordering period for task orders will be one (1) calendar year from date of contract award, with two (2) one-year option periods. Contract will be awarded to one (1) Contractor using a Lowest-Price Technically-Acceptable (LPTA) source selection process. Award will be made on the basis of the lowest evaluated price of proposal meeting or exceeding the acceptability standards for non-cost factors of Capabilities, Recent Relevant Experience, Safety, Environmental Compliance and Past Performance. NOTE: The total evaluated price shall be calculated by summing the Offeror's total proposed price to the evaluated price for use of FAR 52.217-8 (Option to Extend Services) and foreseeable cost sub-factors. Evaluated price for use of FAR 52.217-8 shall be one-half of the yearly average of the Offeror's proposed price. Foreseeable costs sub-factors, to include Transportation, Inspections, Government Repairs and Transporting Crews, shall be multiplied by three (3) to account for three proposed winter overhaul periods. Foreseeable cost sub-factors will only be added to proposals from firms located more than fifty (50) nautical miles away from the U.S. Government Moorings located at Terminal 2 (T2) in Portland, OR. Mileage calculation will be based on the U.S. Department of Commerce's publication entitled 'Distance Between United States Ports. - 2012 (12th Edition).' Procurement is for full and open competition. Applicable NAICS code is 336611 (Ship Building and Repairing). Small Business Size Standard is 1,000 Employees. All responsible sources may submit a proposal which shall be considered by Portland District. If you have any questions or are need of assistance on matters related to small business, please contact Carol McIntyre, Deputy for Small Business (carol.a.mcintyre@usace.army.mil; 503-808-4602).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N15R0021/listing.html)
 
Place of Performance
Address: USACE - Portland District Contracting Division (CECT-NWP); P.O. Box 2946 Portland OR
Zip Code: 97208-2946
 
Record
SN03660113-W 20150308/150306234225-aafe99a6b446bb5f2dca8405fe7d9cbc (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.