Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2016 FBO #5453
MODIFICATION

J -- Overhaul of the Mooring Barge 2

Notice Date
10/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-B-0023
 
Archive Date
12/17/2016
 
Point of Contact
Bruce E Hayes, Phone: 2156566771, Linda M. Dobbs, Phone: 2156566923
 
E-Mail Address
Bruce.E.Hayes@usace.army.mil, linda.m.dobbs@usace.army.mil
(Bruce.E.Hayes@usace.army.mil, linda.m.dobbs@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MB2 Overhaul Synopsis (1) Action Code: Synopsis (2) Date: August 26th (3) Year: 2016 (4) Contracting Office Zip Code: 19107-3390 (5) Product Service Code: J019 (6) Contracting Office Address: USACE/Philadelphia District Wanamaker Building 100 Penn Square East Philadelphia, Pennsylvania (7) Subject: Overhaul of Mooring Barge 2 (8) Proposed Solicitation Number: W912BU-16-B-0023 (9) Closing Response Date: See solicitation once published. Estimated to be December 2nd, 2016 at 2:00 PM (1400) EST (10) Contact Point: Bruce E. Hayes (11) Description: a. The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm-fixed price Job Order under a Mastership Agreement for the Repair and Alteration of Vessels for the dry-docking and repairs to the Mooring Barge 2. b. The EXPECTED Solicitation Number for this acquisition is W912BU-16-B-0023. c. The acquisition will be procured using the procedures listed in FAR part 14. The Invitation for Bid W912BU-16-B-0023 is expected to be issued on or about 2 November 2016 with an expected bid opening date of 2 December 2016 at 2:00 PM (1400) EST. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this IFB is the web (internet). Contractors may download the IFB (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOps) web site at www.fbo.gov, on or after the solicitation issue date. It is the offeror's responsibility to monitor the FedBizOps web site for any amendments. Interested firms must register at FedBizOps in order to access the solicitation. Offerors are responsible for printing copies of the IFB and any amendments. The general elements of work include, but are not limited to: dry-docking, utilities and services, towing, hull painting, steel replacement, audio-gaging, asbestos abatement, spud lifting, and other miscellaneous maintenance as required. Upon completion of the work, the vessel will be towed back to the Fort Mifflin Range in the Delaware River, and spudded down. d. Period of Performance: The period of performance is expected to start on or about 12 December 2016 and last 90 calendar days. e. This is an unrestricted procurement under NAICS 336611 "Ship Building and Repairing" with a size standard of 1,250 employees. f. Price and Past Performance will be evaluated in accordance with in DFARS 213.106-2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier's past performance history in the Past Performance Information Retrieval System (PPIRS). Special attention will be given to the FSC and PSC of the supplies being purchased. Award will be made to the supplier whose quote represents the best values to the Government quoting the lowest price and that has anything other than an "Unsatisfactory" rating in PPIRS. (12) Place of Contract Performance: Between East Coast and Gulf Coast, U.S.A. (13) Additional Information: Important requirements contractors should be made aware of in advance : a. Prospective contractors must have, or be capable of, entering into a Mastership Agreement with the U.S. Army Corps of Engineers. Prospective contractors must also have a NAVSEA-approved drydock/graving dock (as listed in Military Standard No. MIL-STD-1625D(SH), dated 27 August 2009), a dry-dock certified under SFLC Standard Specification 8634, or be in possession of a signed and dated certificate from a Professional Engineer stating that the drydock facilities are capable and currently meet all of the requirements to drydock the Mooring Barge 2. b. The area of consideration will be between the East Coast and Gulf Coast of the U.S. Submissions from contractors outside of this area will not be considered. c. Contractors will be given the opportunity to visit the ship after issuance of the solicitation. d. Performance and payment bonds will not be required. e. All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://www.vip.vetbiz.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-B-0023/listing.html)
 
Place of Performance
Address: Between the East Coast and Gulf Coast of the U.S., United States
 
Record
SN04313293-W 20161028/161026234259-c2fa66786b5b119d70f81b36b99e6823 (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.