Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

19 -- MDC 3129 CRANE BARGE

Notice Date
9/15/2020 12:20:51 PM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU21BXXXX
 
Response Due
10/1/2021 1:30:00 PM
 
Archive Date
10/16/2021
 
Point of Contact
Maria M. Figueroa-Gomez, Robert W. Hutcheon
 
E-Mail Address
Maria.M.Figueroa-Gomez@usace.army.mil, robert.w.hutcheon@usace.army.mil
(Maria.M.Figueroa-Gomez@usace.army.mil, robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USACE Marine Design Center of the U.S. Army Corps of Engineers (USACE) intends to solicit a Firm-Fixed-Price Commercial Item Sealed Bid for the procurement of one (1) steel inland river(s) barge that can hold/paired with a crawler crane [that will be procure separately]�to be used by the U.S. Army Corps of Engineers St. Paul District in support of its maintenance mission on the inland navigation system. The barge will be built to and classified by American Bureau of Shipping (ABS) classification for Maltese Cross A1, Barge, Rivers and Intra-Coastal Waterways Service, with Reinforcement B. Contractor will be required to design, obtain ABS approval for the detailed design of the barge, fabricate, and deliver the barge to the Government. Capability: The barge shall have a deckhouse and underdeck machinery spaces. The barge electrical system shall be supported by one generator located on deck. Generator will be sized to support spud winches, hotel loads, and other auxiliary equipment. Three spuds shall be provided operated by spud hoisting winches. The barge will have the following principle dimensions: LOA - 150 feet � 0 inches Beam - 50 feet � 0 inches Depth - 10 feet � 0 inches Draft Waterline- 4 feet � 0 inches Performance-Period Requirements: Period of Performance is 555 calendar days after receipt of the Notice to Proceed of phase one for the contract. Phase I Planning and Scheduling Phase II Engineering Phase III Construct and Test Phase IV Deliver Delivery and Final Acceptance: U.S. Army Corps of Engineers Service Base on the Mississippi River located�at 431 N Shore Dr, Fountain City, WI 54629. NAICS code is 336611 � Ship Building and Repair. Small Business Size Standards 1,250 employees. There will be liquidated damages associated with this procurement. Bid guarantee, payment, and performance bonding will be required. Solicitation will be issued on or around October 1, 2020 with bid opening date occurring at least 30 days after solicitation posting date. A single award will be made to the responsible bidder who submitted the lowest responsive bid, unless there is a compelling reason to reject all bids and cancel the invitation pursuant to FAR 14.404-1. Solicitation documents, plans and specifications will only be available via beta.sam.gov. Therefore, NO hard copies will be offered.� No verbal (telephonic), or fax requests will be accepted.� All questions will be submitted via e-mail to Maria.M.Figueroa-Gomez@usace.army.mil and CC, Robert.W.Hutcheon@usace.army.mil. Reference contract opportunity title with solicitation number in email subject line (i.e.�MDC 3129 Crane Barge W912BU21BXXXX). Important Note(s): Commercial items FAR 12 and Sealed Bidding FAR 14 clauses are applicable to this acquisition. IAW FAR 4.1102 (a) Offerors and quoters are required to be registered in SAM (www.SAM.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications� 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. Pursuant to FAR 22.1303(c) The Act requires submission of the VETS-4212 Report in all cases where the contractor or subcontractor has received an award of $150,000 or more, except for awards to State and local governments, and foreign organizations where the workers are recruited outside of the United States. Warning: The official media for distribution of this Synopsis Notice is Contract Opportunities website, beta.SAM.gov.� It is the responsibility of the interested vendor(s) to register in Beta.Sam.gov and monitor the notice for any changes.� Please ensure you remain aware of the latest CDC guidance on preventive measures to slow the spread of the Coronavirus (COVID-19).� Take all appropriate precautions � washing hands, social distancing, etc. CDC link: https://www.cdc.gov/coronavirus/2019-ncov/index.html
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63219c6503c248fdb92a50cb7396d5f2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05798113-F 20200917/200915230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.