Dredge Mooring Barge 2 Overhaul

SOL #: W912BU-19-B-0009Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Ships, Small Craft, Pontoon, Docks (19)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jul 15, 2019
2
Last Updated
Aug 17, 2019
3
Response Deadline
Aug 14, 2019, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm-fixed price Job Order under a Master Agreement for Repair and Alteration of Vessels for the dry-docking and repairs to the Mooring Barge 2.

Liquidated damages will be a part of any award and may be applied for failure to complete the work within the designated performance period. Award will be made as a whole to one offereor.

The acquisition will be procured using the procedures listed in FAR part 14. The Invitation for Bid W912BU-19-B- 0009 will be issued on or about 14 July 2019 with a bid opening date of 20 August at 12PM EST hours. Hard

copies will not be available and written or fax requests will not be accepted. The official media of distribution for this IFB is the web. Contractors may download the IFB (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov, on or after the issue date. It is the
offeror's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the IFB and any amendments.

The general elements of work include, but are not limited to: dry-docking, utilities and services, towing, hull painting, steel replacement, audio-gaging, asbestos abatement, spud lifting, and other miscellaneous maintenance as required.

Site visit: An inspection/site visit will be held on or about Thursday, 11 July 2019, starting at 0900, on the barge at Fort Mifflin. Contractors who wish to visit the ship are required to contact Mr. Emiliano Cruz at 215-656-6745 or by email at emiliano.c.cruz@usace.army.mil to register.

Vessel Information: The Mooring Barge 2 is an all-steel barge.

• Overall Length: 260' - 2"
• Overall Beam (without fenders): 60' - 0"
• Overall Beam (with fenders down): 80' - 8"
• Depth Amidships [molded]: 10' - 2"
• Normal Draft Aft: 2' - 10"
• Normal Draft Forward: 3' - 7"
• Loaded Displacement: 1845 long tons
• Bridge Clearance with tripod: 76' - 5"
• Bridge Clearance without tripod: 42' - 11".

The Mooring Barge 2 will be towed to/from the contractor's facility by the Contractor.

Upon completion of the work, the vessel will be towed back to the Fort Mifflin Range in the Delaware River, and spudded down.

The period of performance is expected to start on or about 19 August 2019 and last 90 calendar days. Important requirements contractors should be made aware of in advance:
Prospective contractors must have, or be capable of, entering into a Master Agreement with the U.S. Army Corps of Engineers. Prospective contractors must also have a NAVSEA-approved drydock/graving dock (as listed in Military Standard No. MIL-STD-1625D(SH), dated 27 August 2009), a dry-dock certified under SFLC Standard Specification 8634, or be in possession of a signed and dated certificate from a Professional Engineer stating that the drydock facilities are capable and currently meet all of the requirements to drydock the Mooring Barge 2.

The area of consideration will be between the East Coast and Gulf Coast of the U.S.

Contractors will be given the opportunity to visit the ship after issuance of the solicitation. Contractors who wish to visit the barge are required to contact Mr. Emiliano Cruz at 215-656-6745 or by email to Emiliano.c.cruz@usace.army.mil for a site visit.

The NAICS code is 336611 with a size standards of 1,250 employees. This procurement is unrestricted. Performance and payment bonds will not be required. Liquidated Damages are included in

All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov. Additionally, 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 located at https://www.vip.vetbiz.gov/.

 

People

Points of Contact

CHERITA L.WILLIAMSContract SpecialistPRIMARY
David MacIntyreContract SpecialistSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Pre-Solicitation
Posted: Aug 17, 2019
View
Version 9
Pre-Solicitation
Posted: Aug 14, 2019
View
Version 8Viewing
Pre-Solicitation
Posted: Aug 13, 2019
Version 7
Pre-Solicitation
Posted: Aug 13, 2019
View
Version 6
Pre-Solicitation
Posted: Aug 9, 2019
View
Version 5
Pre-Solicitation
Posted: Jul 31, 2019
View
Version 4
Pre-Solicitation
Posted: Jul 15, 2019
View
Version 3
Pre-Solicitation
Posted: Jul 15, 2019
View
Version 2
Pre-Solicitation
Posted: Jul 15, 2019
View
Version 1
Pre-Solicitation
Posted: Jul 15, 2019
View