MODIFICATION
19 -- Vessel ELIZABETH Repair and Drydock - Solicitation 1
- Notice Date
- 4/19/2018
- Notice Type
- Modification/Amendment
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-18-R-0003
- Archive Date
- 11/23/2017
- Point of Contact
- Stormie S. B. Wicks, Phone: 7572017215
- E-Mail Address
-
Stormie.B.Wicks@USACE.Army.Mil
(Stormie.B.Wicks@USACE.Army.Mil)
- Small Business Set-Aside
- N/A
- Description
- Vessel ELIZABETH original drawings Vessel ELIZABETH information W91236-18-R-0014, Solicitation **The Solicitation Number has changed from W91236-18-R-0003 to W91236-18-R-0014. Please use Solicitation Number W91236-18-R-0014. ** THIS IS A 100% SMALL BUSINESS SET ASIDE. The purpose of this Sources Sought Notice is to identify qualified business concerns that are interested in and capable of performing the work described herein, and is posted as a market research tool only. The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price acquisition to procure ship repair services to meet current Federal standards on the Vessel ELIZABETH, located in Norfolk, Virginia. The scope will consist of the contractor furnishing all supervision, labor, materials, equipment and all other necessary processes to accomplish the following items of work: The Contractor shall provide resources necessary to safely drydock the vessel, perform exterior preservation, ultrasonic testing, propulsion shafting, repair to propellers and the steering system, replace zincs, clean fuel tanks, and perform hull repairs. *Due to vessel conditions, it is unsafe for the vessel to travel via the Chesapeake Bay/Atlantic Ocean. For the safety of the vessel and vessel crew, the Derrick Boat ELIZABETH must remain in local waters for repair.* The Derrick Boat Elizabeth general characteristics are: 1. Length LBP: 100 ft. 2. Length OA: 104 ft. 3. Beam: 31 ft. 2 in. 4. Air Clearance: 36 ft. 5. Molded Depth: 7 ft. (mid), 7 ft. 8 in. (stem), 7 ft. (stern) 6. Frame Spacing: FP to FR# 11 = 8 ft. & FR# 11 to AP = 6 ft. 7. Draft: 4 ft. 4 in. (normal is 4' fwd and 4.5' aft) 8. Displacement: 354 Long Tons @ 4' draft The NAICS code applicable to this requirement is 336611, with a small business size standard of 1,250 employees. The Government is anticipating advertising this requirement as a Best-Value Tradeoff type acquisition. The anticipated evaluation factors are: a. Specialized Experience b. Past Performance c. Cost Project duration is expected to be approximately 4 months. The Government anticipates using definitive/indefinitive CLIN structure. Please see below DRAFT Bid schedule: CLIN DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 0001 General Requirements Sub-Total XXXXX $ 0001A Documentation and Reports (1.3) 1 Set $ $ 0001B Ganway/Vessel Access (1.3.7) 1 Access $ $ 0001C Protective deck covering (1.3.11) 1 Lump Sum $ $ 0001D Operational Testing (1.3.16) 1 Lump Sum $ $ 0001E Dock and river trials (1.3.17) 2 Trials $ $ 0002 Drydocking Sub-Total XXXXX $ 0002A Dry Docking (2.3.3) 1 Docking $ $ 0002B Docking Plugs (2.3.3.8) 1 Set $ $ 0002C Underwater body surface cleaning (2.3.4) 1 Lump Sum $ $ 0002D Inspect underwater voids (2.3.6) 1 Void $ $ 0002E Fleet Vessel (2.3.7) 1 Move $ $ 0003 Preservation Sub-Total XXXXX $ 0003A Keel to waterline (3.3.4) 1 Lump Sum $ $ 0003B Preservation for freeboard (3.3.5) 1 Lump Sum $ $ 0003C Preserve spuds and spud wells (3.3.6) 2 Each $ $ 0004 Ultrasonic Testing Sub-Total XXXXX $ 0004A Perform ultrasonic test (4.3.1) 600 Shots $ $ 0005 Propulsion shafting,propellers and steering system SubTotal XXX $ 0005A Remove existing propellers (5.3.2) 2 Each $ $ 0005B Propulsion shafting repair (5.3.3) 2 Each $ $ 0005C Rudder system repair (5.3.4) 2 Each $ $ 0005D Inspection and maintenance of steering system (5.3.5) 1 Each $ 0005E Test propeller shafting, propellers and steering system (5.3.6) 1 Test $ 0006 Replace zincs Sub-Total XXXXX $ 0006A Clean and gas free 1 Each $ $ 0006B Renew zinc anodes 46 Each $ $ 0007 Clean fuel tanks Sub-Total XXXXX $ 0007A Gas free (7.3.1) 2 Each $ $ 0007B Clean fuel tanks (7.3.2) 2 Each $ $ 0007C Inspect and test fuel shut off valves (7.3.3) 2 Each $ $ 0007D Air test (7.3.4) 2 Each $ $ 0007E Close tanks and fill with fuel oil (7.3.5) 2 Each $ $ 0007F Test system 2 Each $ $ 0008 Hull Repairs Sub-Total XXXXX $ 0008A Hull Repairs (Definite) Sub-Total XXXXX $ 0008AA Gas Free (8.3.1) 1 Lump Sum $ $ 0008AB Coaming plate (8.4.1.2.1) 10 Square Feet $ $ 0008AC Cap Rail (8.4.1.2.2) 60 Linear Feet $ $ 0008AD Stanchions and deck sockets (8.4.2.2.3) 10 Sets $ $ 0008AE Generator exhaust (8.4.3) 2 Each $ $ 0008AF Engine room piping removal (8.4.4.1) 6 Each $ $ 0008AG Thru hulls abandonment (8.4.4.2) 6 Each $ $ 0008AH Head abandonment (8.4.4.3) 1 Each $ $ 0008AI Head plumbing to CHT (8.4.4.5) 1 Each $ $ 0008AJ Repair hull in hold compartment (8.4.5) 150 Square Feet $ $ 0008B Hull Repairs (Indefinite) Sub-Total XXXXX $ 0008BA Gas Free (8.3.1) 1 Lump Sum $ $ 0008BA Clad Welding (8.5.1) 50 Square Feet $ $ 0008BB Structural inserts to shell or deck plate 100 Square Feet $ $ TOTAL (CLINs 0001 - 0008) Total XXXXX $ The Government may reject an offer as non-responsive if it is materially and mathematically unbalanced as to price for any offered item or combination of offered items. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices, which are significantly overstated for other work. The Government will evaluate bids for award purposes by adding the total price for all definite and indefinite items. Evaluation of indefinite items will not obligate the Government to direct work under the indefinite items. CAPABILITY STATEMENT We are requesting that all interested and qualified businesses, regardless of size standard, respond to this sources sought notice with a capability statement, not to exceed fifteen (15) Double sided sheets of paper. At a minimum, the statement shall include: 1) Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's Cage Code and DUNS number. 2) Offeror's socio-economic designation. 3) Offeror's capability to perform a contract of this magnitude and complexity (include Offeror's in-house capability to execute work, comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); provide at least 3 examples of 100% complete similar projects and provide a client POC for each. 4) Offeror's interest in bidding on the solicitation when it is issued. 5) Offeror's Bonding Capability The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically via email Stormie.B.Wicks@usace.army.mil and Eartha.D.Garrett@usace.army.mil The subject line must contain the sources sought number W91236-18-R-0003. The capability statement must be submitted no later than 12:00 NOON, EST, 8 November 2017. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Stormie Wicks, Email: Stormie.B.Wicks@usace.army.mil ; Phone: 757-201-7215.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-R-0003/listing.html)
- Record
- SN04894869-W 20180421/180419230510-06b26dd3883ce2dd01ca1400cf021283 (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 |