Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2021 SAM #7314
SOURCES SOUGHT

J -- Buoy Barge Re-fit

Notice Date
12/8/2021 11:01:20 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
6923G5 ST LAWRENCE SWY DEV. CORP. MASSENA NY 13662 USA
 
ZIP Code
13662
 
Solicitation Number
6923G522RFIBUOYBARGE
 
Response Due
12/22/2021 7:00:00 AM
 
Archive Date
01/06/2022
 
Point of Contact
Jason C. Brockway, Phone: 3157643252, Katie Maloney, Phone: 3157643260
 
E-Mail Address
jason.brockway@dot.gov, katie.maloney@dot.gov
(jason.brockway@dot.gov, katie.maloney@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Purpose: The Great Lakes St. Lawrence Seaway Development Corporation (GLS) is seeking sources for shipyard/repair companies qualified to carry out a re-fit of the barge, �BPL 6704,� referred to as the �BUOY BARGE� herein.�� Background: GLS is a wholly-owned U.S. Government Corporation within the U.S. Department of Transportation which owns and operates that portion of the St. Lawrence Seaway (Seaway) in U.S. territorial waters between Lake Ontario and Montreal, Canada, including two navigation locks. Part of GLS�s mission is to facilitate the safe and efficient passage of commercial vessels through the Seaway, which includes maintenance, repair, and/or replacement of structures and facilities. GLS is the owner and operator of several marine assets (vessels) involved in operating and maintaining navigational aids within the St. Lawrence Seaway. One of the vessels, the BUOY BARGE, is utilized to lift, transport, deploy, maintain, and recover floating navigational aids, i.e., buoys. Hence, it is a crucial vessel in the recovery of buoys prior to the annual closing of the Seaway for winter and in their deployment in the spring prior to the annual Seaway opening. The barge was originally built for the U. S. Army Corps of Engineers as a DeLong Jack-up pier barge that was then modified by the U. S. Coast Guard (USCG) for setting and removing buoys. The barge is 150 ft. in length with a beam of 60 ft. and a hull depth of 10 ft. It is equipped with a bow thruster and a 20ton capacity pedestal crane. The barge has been in operation post-conversion since 1984, operating with the GLS towing vessel �Robinson Bay� within the confines of the St. Lawrence Seaway.� The Statement of Work (SOW) brief, as outlined, is for a major re-fit of the BUOY BARGE. GLS�s is to have a life extension re-fit of the barge to improve on its safety and efficiency along with it being compatible to be propelled (push mode) by the tug �SEAWAY GUARDIAN.� Post-re-fit, the GLS towing vessel �Seaway Guardian� will be designated as the primary vessel for pushing the barge.� The works are to be performed at the selected shipyard, although some items may be removed and refurbished remotely. GLS will solicit the project requirements in a contract that would require the barge re-fit to take place in spring/summer 2022. Project Scope: The works covered in brief will consist of the contractor furnishing all plant, labor, equipment, and materials and performing all works to make improvements to the Corporation�s Buoy Barge at the Contractor�s dock/shipyard. The works will also include mechanical completion, commissioning, testing of individual equipment and systems as well as integrated systems along with dock trials and sea trials as necessary for re-delivery. In performing the works, The SOW brief is to be interpreted as an instruction to the Contractor regarding matters of the work to be done, and as such, is written in the positive imperative tense. Apart from requirements outlined in this SOW or indicated on Drawings, it is to be understood that the Contractor is responsible for re-fitting the buoy barge in accordance with a contract, in a manner reflecting good current shipbuilding and marine engineering practices.� The works may be divided into the following categories that may include but are not limited to the following: Inspection and measurement for material wastage (steel) Drydocking, cleaning application of coatings outer hull, Hull structure modifications Buoy ports Modify deckhouse Addition of push knees Outfit and furnishing Hold space access Forward void access Void tank access Ladders Stairs railings Floorplates and gratings Hold space grating Fire safety systems Fire stations, Life saving equipment, Painting and protection Signs and markings Deck machinery and fittings Winches, Line-handling and mooring equipment Towing equipment Fendering system Electrical systems Shore power connection(s) Main switchboard Power distribution Ship services piping systems Fill, vent, and sounding Fuel oil systems Fuel transfer pumps Bilge system Fire service system Machinery cooling system �Bow thruster �Compressed air system �Domestic services Heating etc. Machinery space ventilation and other spaces �Scuppers and drains Control communication, and navigation control systems Machinery alarm and monitoring, systems Fire detection, and alarm system Navigation aids 16. Depth sounding 17. Mechanical completion, commissioning, testing of individual equipment, systems, and integrated systems 18. Dock trials 19. Sea-Trials The Contractor will be responsible for ascertaining and ensuring that any materials, components, equipment, or parts (other than GSM or OFM) selected for incorporation into the barge during the refit are suitable for the service as defined and intended. If any equipment, device, material, or parts required for the successful operation of any systems are not specifically mentioned in the SOW or Drawings, bring the requirement for such components to the attention of the Owner�s Representative prior to entering into the contract.� Once the contract is in place, omitted items will be considered as included or not included, as deemed necessary for the successful operation of the specified systems and equipment. The Contract price will include the cost of supplying and installing such components.� This reference is not intended to include items required for the general installation of shipboard systems such as general hardware and ironmongery, fittings, clips, fasteners, couplings, etc. All such items are deemed to be included in the definition of the associated systems, whether specifically mentioned or not. Submission: Interested firms shall submit the following for this RFI: Please e-mail a capability statement and other relevant information. Provide your company name and point of contact. Provide a list of three projects similar in scope and size, or greater, completed in the last 15 years. The relevant projects shall be similar in the scope described herein. Brief descriptions of the relevant projects shall be provided along with contact information for references for each project. The e-mail subject must contain BUOY BARGE Re-fit RFI in the subject line. Questions regarding this announcement shall be submitted in writing by e-mail to jason.brockway@dot.gov. Verbal questions will not be accepted and the GLS will respond to questions at its discretion. All communications will be sent via e-mail and shall not contain proprietary information.� All responses shall be submitted prior to December 22, 2021, 10:00 Am (est) to jason.brockway@dot.gov. Vendors who respond to this RFI should not anticipate feedback with regards to their submission other than acknowledgement of receipt. GLS reserves the right to review late submissions but makes no guarantee that they will be reviewed. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The RFI is issued solely for information and planning purposes; it does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or a promise to issue an RFQ or RFP. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b4c03ea73628466db1d1f720ecc019a4/view)
 
Place of Performance
Address: Massena, NY 13662, USA
Zip Code: 13662
Country: USA
 
Record
SN06194215-F 20211210/211208230135 (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.