Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2022 SAM #7554
SOURCES SOUGHT

J -- GENERAL MARINE BOATYARD AND INDUSTRIAL SUPPORT TO WILMINGTON DISTRICT FLOATING PLANTS

Notice Date
8/4/2022 7:24:55 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM22R0014
 
Response Due
8/12/2022 1:00:00 PM
 
Point of Contact
Andrea Monique Green, Phone: 9102514774, Edward Boddie, Phone: 9102514804
 
E-Mail Address
andrea.m.green@usace.army.mil, Edward.A.Boddie@usace.army.mil
(andrea.m.green@usace.army.mil, Edward.A.Boddie@usace.army.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � SOURCES SOUGHT NOTICE � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � FOR FIRM-FIXED PRICE, INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR GENERAL MARINE BOATYARD AND INDUSTRIAL SUPPORT TO WILMINGTON DISTRICT FLOATING PLANTS� � � � � � FOR THE WILMINGTON DISTRICT, US ARMY CORPS OF ENGINEERS ACROSS AREA OF RESPONSIBLITY This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, and the U.S. Army Corps of Engineers, Wilmington District does not intend to award a contract based on this request for information. The U.S. Army Corps of Engineers, Wilmington District, is conducting market research to facilitate a determination of acquisition strategy for this procurement. �For a competitive, Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contracts (SATOC) with a total capacity of $49.5M. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources.� A market survey is being conducted to determine the market capabilities of potential contractors and determine if there are a reasonable number of firms, large or small businesses, interested in performing the required work in the required location(s).� A decision as to whether the work will be set-aside for specific socio-economic category businesses is pending.� Therefore, the Government is particularly seeking responses from small businesses, small, disadvantaged businesses: 8(a) concerns, HUBZONE concerns, woman-owned small businesses, veteran or service-disabled veteran-owned small businesses.� Large businesses should also respond. This SATOC may be awarded up to six (6) Contractors each valued at not greater than $8.25M if six (6) awards are made. �This SATOC will enable the Wilmington District to meet requirements for marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to Wilmington District Floating Plants and/or their associated systems (i.e., hull, mechanical, electrical, and electronic systems; trailers; transporters; deployment systems; slings and hoisting systems; launch and retrieval systems, etc.) and periodic maintenance.� The general purpose of this acquisition is to provide a contracting tool to support the Wilmington District�s annual need to perform maintenance and repair of the District�s Floating Plant and survey vessels.� General, but not all-inclusive requirements, included.� The general tasks include routine, scheduled preventive and predictive maintenance tasks designed to maintain availability of the assets according to manufacturer�s recommended service schedules and preventive maintenance tasks scheduled in the Facilities and Equipment Maintenance (FEM) database. Maintenance also includes cyclic maintenance availabilities for five of the District�s Floating Plant. Cyclic maintenance involves drydocking of vessels on a three-year cycle to conduct maintenance items related to safety of life at sea, stability, and seaworthiness. During the drydocking, all below the waterline running gears, such as propellers, shafts, rudders, and keel coolers are serviced, and the hull is inspected and painted. Repair actions include all manner of vessel repairs to include, but not limited to, propulsion systems, electronics, hydraulics, pneumatics, air conditioning, pump systems, and power generation. The NAICS code applicable to this requirement is 336611, with a small business size standard of 1250 employees.� All firms with 336611 as an approved NAICs code have until 12 August 2022 at 4:00PM Eastern (UTC-5) to submit the following information: GENERAL INFORMATION: Name & Address of your Firm Point of Contact (Name/Phone/E-mail) SAM Unique Entity ID.� (The Unique Entity ID is a 12-character alphanumeric ID assigned to an entity by SAM.gov) DUNS Number ---In addition to the SAM Unique Entity ID.� Might just want to check though. Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)]. �NOTE: Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status.� The Government must be able to verify SBA certification of HubZone and 8(a) via SAM, and VA Certification of VOSB and SDVOSB�s through the Vendor Information Pages at https://vip.vetbiz.va.gov. INFORMATION ON TEAMING ARRANGEMENT (IF APPLICABLE). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business, both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. BONDING CAPABILITY - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity to cover the limits of the magnitude of construction. EVIDENCE OF CAPABILITIES to perform comparable work i.e., Routine maintenance, scheduled preventive and predictive maintenance tasks designed to maintain the assets, Emergency Maintenance/Repair and preventive maintenance tasks scheduled in the Facilities and Equipment Maintenance (FEM) database. Conduct maintenance items related to safety of life at sea, stability, and seaworthiness. Drydocking capabilities for the district�s various floating plants, and Survey Vessels. During the drydocking, all below the waterline running gears, such as propellers, shafts, rudders, and keel coolers are serviced, and the hull is inspected and painted. Repair actions include all manner of vessel repairs to include, but not limited to, propulsion systems, electronics, hydraulics, pneumatics, air conditioning, pump systems, and power generation. �Additionally, contractors may outline specialty experience with marine related services. DEMONSTRATION OF EXPERIENCE:� Provide project info on no more than 5 projects that demonstrate the firm's experience as a prime contractor on projects that are substantially complete or completed within the last seven (7) years which are similar to the project in size, scope and complexity. Include the project name and summary description of the key elements/salient work features of the project With each project experience provided, include the date when the project was completed or will be complete, location of the project, and contract amount. A description of how the experience relates to the proposed project. Include the project completion date, or the projected completion date, the total contract value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. �The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. SECURITY CLEARANCES: �If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance. NOTE:� The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.� Email the requested information, with delivery and read receipt requested to: Andrea Green at Andrea.M.Green@usace.army.mil Courtesy Copy: Edward A. Boddie at Edward.A.Boddie@usace.army.mil The email should be titled:� General Marine Boatyard and Industrial Support to Wilmington District Floating Plants [Insert company�s name] If you have questions, please contact Andrea Green at Andrea.M.Green@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/84af273eec654284a3d8e974fe452602/view)
 
Place of Performance
Address: Wilmington, NC 28406, USA
Zip Code: 28406
Country: USA
 
Record
SN06415343-F 20220806/220804230116 (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.