Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
MODIFICATION

19 -- 3238 CELRE TUG REPLACEMENTS

Notice Date
9/20/2021 12:55:03 PM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU21R0050
 
Response Due
10/20/2021 1:30:00 PM
 
Archive Date
11/04/2021
 
Point of Contact
Michael J. Hunter, Robert W. Hutcheon
 
E-Mail Address
michael.j.hunter@usace.army.mil, robert.w.hutcheon@usace.army.mil
(michael.j.hunter@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 initiate a Request for Proposal for the procurement of two (2) new, identical, self-propelled tug boats for the Detroit District of the U.S. Army Corps of Engineers.� The vessels will operate on the Great Lakes. Each tug boat to be acquired will have the following features: ����� Twin screw, open wheel, minimum of 1600-BHP ����� Length (molded), between 65 feet to 80 feet ����� Breadth (molded) between 24 feet to 30 feet ����� Depth: As Necessary ����� Breaking 1st year ice up to 12 inches thick in the St. Mary�s Falls Canal in late�December thru late-January and mid-March thru early-April each season ����� Scraping ice from the St. Mary�s Falls Canal lock chamber and miter gates mid-December�through mid-January and mid-March thru mid-April each season The tug boats will be built and classed by the American Bureau of Shipping (ABS) as Maltese Cross A-1 Towing Vessel, Ice Class C0, Great Lakes Service with Maltese Cross AMS.� Each tug boat will meet USCG subchapter M requirements. Each vessel shall have a deckhouse with galley/mess, berths, and sanitary facilities for crew of six, pilothouse, electronics space, machinery space, and engine room.� Each vessels� electrical system shall be supported by two generators.� Two barge winches shall also be provided on each vessel.� Knuckle boom cranes and towing winches will be options for the vessels. Each vessel shall be provided with heating, air conditioning, and ventilation. Navigation lights, searchlights, and equipment shall be supplied. Contractor will be required to fabricate and deliver the tug boats to the Government. Delivery and final acceptance will be at the St. Mary�s Falls Canal, Sault Sainte Marie, Michigan. There will be liquidated damages associated with this procurement. Bid guarantee, payment, and performance bonding will be required. Important Note(s):� FAR part 12 - Commercial items is 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 Solicitation�Notice is Contract Opportunities website, SAM.gov. It is the responsibility of the interested vendor(s) to register in 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/8ad7be2967374da9bc05db0576181b4e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06138056-F 20210922/210920230113 (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.