Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
MODIFICATION

J -- FY 16 SHIP REPAIR, MAINTENANCE AND OVERHAUL FOR USACE HOPPER DREDGE ESSAYONS - Amendment 1

Notice Date
7/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-16-R-0081
 
Archive Date
7/13/2016
 
Point of Contact
David C. Boone, Phone: 5038084614, Kim Kovar, Phone: 503-808-4623
 
E-Mail Address
david.c.boone@usace.army.mil, Kimberly.A.Kovar@usace.army.mil
(david.c.boone@usace.army.mil, Kimberly.A.Kovar@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 - Change of Proposal Due Date and Update Site Visit Location The U.S. Army Corps of Engineers (USACE), Portland District, intends to award a firm fixed price Job Order under a Master Ship and Repair Agreement (MSRA) for overhaul, maintenance and repair to the Dredge Essayons. Major work items that may be associated with the overhaul and dry docking can be found at the bottom of this announcement. The list is not totally inclusive of all items. All overhaul work shall be performed at the Contractor's facility. The Government will deliver the vessel to the contractor facility. Upon completion of the overhaul, the USACE personnel will conduct and pass dock and sea trials prior to delivery and acceptance of the vessel back to the Government. USACE ESSAYONS is a trailing arm suction Hopper Dredge built in 1984. It has the following Characteristics: Length Overall: 350 Feet Length between perpendiculars: 333 Feet Beam Molded: 68 Feet Beam Overall (With Drag Arms Lowered): 108 Feet Registered Gross Tonnage: 7,248 Long Tons Normal Light, Draft Forward: 19'-0" Normal Light, Draft Aft: 21'-0" Class: ABS Loadline The period of performance is expected to start September 2016 and last through February 17, 2017. The shipyard availability shall be December 5, 2016 through February 17, 2017 with a sixty (60) day drydock period during this availability. Optional items (tasks) will be included in this job order and the period of performance for these items will be concurrent with the above period of performance. The American Bureaus of Shipping International Load Line Certificate will be endorsed during this availability. The Drydock Examination, Internal Structural Review and the Annual Inspection for renewal of the U.S. Coast Guard Certificate of Inspection will be performed during this availability. Prospective contractors must have, or be capable of, entering into a MSRA with USACE, Portland District. Every prospective contractor that wishes to be considered for the award of the job order under this solicitation must hold a MSRA for overhaul of the ESSAYONS with USACE, Portland District. If a prospective contractor wishes to submit a proposal for this job order and has not already entered into a MSRA for overhaul of the ESSAYONS with Portland District, then the following procedures shall be followed: 1. The prospective contractor shall submit a capabilities package in accordance with the sources sought notice titled "Sources sought for Master Ship Repair Agreement (MSRA)," number W9127N-16-R-SS01, posted on Federal Business Opportunities. The capabilities package shall be received by Portland District no later than 2:00 P.M. Pacific Daylight Time ten (10) calendar days prior to the proposal due date. Firms submitting a capabilities package for a MSRA will be notified of their eligibility or non-eligibility within seven (7) calendar days of receipt of the capability package. 2. If there are any questions regarding the MSRA for overhaul of the ESSAYONS or the procedures to submit a capabilities package for consideration for the award of a MSRA, please contact Mr. David Boone at david.c.boone@usace.army.mil. The area of consideration for award is limited to California, Oregon and Washington. Contractors outside of this area will not be considered. A mandatory pre-proposal site visit will be required as part of the solicitation. The anticipated dates for the site visits are 26 July 2016, 02 August 2016, and a back-up date of 09 August 2016. To schedule a site visit, please contact David Boone via email at david.c.boone@usace.army.mil or by phone at 503-808-4614 and carbon copy (CC) Kimberly Kovar via email at kimberly.a.kovar@usace.army.mil or by phone at 503-808-4623 The job order award will not be considered commercial in nature. Award will be made as a whole to one Offeror. The acquisition will be solicited using the procurement process prescribed in Part 15, Contracting by Negotiation, of the Federal Acquisition Regulations (FAR). The Government will intend to evaluate proposals and award a job order without discussions with Offerors, except clarifications as described in FAR 15.306(a); therefore, the Offeror's initial proposal should contain the Offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will use a Lowest Price Technically Acceptable (LPTA) evaluation process in rendering a best value decision for award of this job order. For LPTA, Offerors will submit their lowest price based on its technical approach to meet the minimum requirements. Proposals will be evaluated as either "acceptable" or "unacceptable." The evaluation factors for this solicitation are as follows: Non-Cost Factors: FACTOR 1 - Preliminary Production Schedule FACTOR 2 - Site Visit Attendance FACTOR 3 - Past Performance Cost Factor: FACTOR 4 - Price Award will not be made to any company that does not have a MSRA in place that meets the qualification requirements found in the sources sought announcement above. Liquidated damages will be a part of any award and may be applied for failure to complete the work within the designated performance period. A location differential will be added to total price/cost of proposals for all locations outside of the Essayons' home base location (Portland, OR). The method of calculation will include using the General Services Administration (GSA) standard rates for travel and per diem for personnel who will not be at their home base location combined with the cost of ship travel to location. This full and open solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Any prospective Offeror must first register in the System for Award Management (SAM) at www.sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then register at https://www.fbo.gov in order to obtain solicitation documents, plans and specifications for this solicitation. It is the contractor's responsibility to monitor FBO for any amendments. The NAICS Code is 336611; PSC Code is J999; Small Business size standard is 1,250 employees. SMALL BUSINESS POINT OF CONTACT The Point of Contact for small business questions or assistance is the Portland District Small Business Specialist: Carol McIntyre Direct: 503-808-4602 Email: carol.a.mcintyre@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-16-R-0081/listing.html)
 
Record
SN04193242-W 20160724/160722234641-56fe96efa990984443940cace474c110 (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.