Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2021 SAM #7193
SOURCES SOUGHT

19 -- Backup Crane Vessel- Puget Sound Washington

Notice Date
8/9/2021 8:37:38 AM
 
Notice Type
Sources Sought
 
NAICS
488330 — Navigational Services to Shipping
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW21Q0KF1
 
Response Due
8/27/2021 2:00:00 PM
 
Archive Date
09/11/2021
 
Point of Contact
Gregory Cook, Phone: 2067646692
 
E-Mail Address
Gregory.A.Cook@usace.army.mil
(Gregory.A.Cook@usace.army.mil)
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT and is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action will be a services project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this source sought announcement. No reimbursement will be made for any costs associated with providing information in response to this source sought announcement or any follow-up information. Responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned�Small Business, and HUBZone contractor sources; as well as their size classifications relative to NAICS Code 488330 - Navigational Services to Shipping with a Small Business Size Standard of $41.5 Million in average annual receipts. The PSC code for this acquisition is 1925-Special Service Vessels. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on www.SAM.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. SERVICES REQUIRED: This potential requirement would be to provide USACE, Seattle District, Navigation Section, a back-up crane vessel to fill in for the M/V PUGET when it is out of service, or to assist the M/V PUGET when requested, for the collection of floating debris within Puget Sound and its Tributary Waters. SERVICES SPECIFICATIONS: Back-up vessel shall have a recommended minimum 30-foot beam, based on a debris storage barge beam of 30 foot, to maximize storage capacity. Recommended draft of 4 feet for working in shallow waters. Recommended deck capacity of up to 70 LT to minimize mobilization and de-mobilization costs. Vessel must comply with EM 385-1-1 requirements. Crane on vessel is to have 50-70 feet of boom with a minimum capacity of 20 tons. Crane shall meet EM 385-1-1 standards to allow for the lifting of personnel and contractor must provide a current Naval Architectural Analysis, subject to USACE review, verification, and acceptance. Vessel Captain/Master must maintain a Merchant Mariner Credential for the capacity of the operated vessel. Crane Operator must maintain a license for the type of crane operated. Deckhands/riggers must be trained in proper rigging use and chainsaw operations. Debris is to be cut into approximately 26-foot lengths with all root balls cut off of logs. Collected debris shall be offloaded onto the Government owned debris barges that are located at the Hiram M. Chittenden Locks, 3015 NW 54th ST Seattle, WA 98107. Normal shift working day is ten (10) hours 0700 to 1530 Monday thru Thursday. Emergency work may occur outside of normal working hours. No mobilization, demobilization, or per diem costs will be paid. Estimated number of days that services will be required: 8 total days. Will not pay for mobilization and demobilization between non-working weeks. Remove all debris which causes a hazard to navigation. Debris should be at least 10� in length and not exceed load capacity of the crane. North Puget Sound work area includes from Seattle up north to Bellingham. South Puget Sound work area includes from Seattle down south to Olympia. Vessel shall plan to be in operation and underway for 6-10 hours a day. Some time may be spent tied up and clearing debris from stockpiles and offloading onto Government owned barges at Lake Washington Ship Canal (LWSC). Vessel will return debris to flat barges at LWSC. Coordination between government and contractor will occur for specific, reported hazards to navigation and/or for the clearing of stockpiles throughout Puget Sound. Contractor would be responsible to cover the areas north and south of Seattle by performing transits and debris patrols. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and DUNS number. 3. Firm's interest in bidding on the solicitation, if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business). 5. Firm's joint venture information (if applicable). All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Submit responses to: Gregory Cook, Contract Specialist, via email at�gregory.a.cook@usace.army.mil. Responses should be sent as soon as possible, but no later than 2:00 PM PST, 27 August 2021. All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e537f3be7fb8432e86e449a9db054266/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN06090810-F 20210811/210809230126 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.