Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9123621R5015
This MATOC Vessel Repair requirement will provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to Norfolk District Floatin...
This MATOC Vessel Repair requirement will provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to Norfolk District Floating Plant 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 work performed on this contract will be in the Hampton Roads area. The contractor shall furnish the management, material support services, labor, supplies, and equipment deemed necessary for the success of this requirement. This requirement is intended to provide vessel repair services to the US Army Corps of Engineers Floating Plant and requires contractor support when requested. Except as otherwise provided in this contract, or delivery orders issued hereunder, the Contractor shall provide all material, labor services, equipment, supplies, power,accessories, facilities and such other supplies and services as necessary for accomplishing assigned deliveries. This procurement will be a competitive acquisition set-aside for Small Business. The Government will evaluate the proposals in accordance with the criteria described herein, and award multiple contracts to all responsible Offerors, whose proposals conform to all the terms and conditions of the solicitation. The Government intends to award contracts to successful offerors in two (2) pools. Pool A will consist of offerors with the capability of conducting all anticipated repairs and maintenance (including drydocking) to the three largest vessels in the District’s floating plant inventory, the Derrick Boat (DB) Elizabeth, the Crane Barge ND-6, and the Survey Vessel (S/V) Ewell. Pool B will consist of offerors with the capability of conducting all anticipated repairs and maintenance to the remainder of the vessels in the District’s floating plant inventory, the S/V Adams II, Motor Vessel (M/V) Harrell, S/V Fentress, S/V Weyss and various skiffs. Pool B offerors will also be those with capability to perform pier side maintenance and repair services on all vessels within the District’s floating plant inventory. Offerors will be required to submit their interest and capability to perform work in one of three categories: 1) Pool A only 2) Pool B only 3) Both Pools A and B The Government reserves the option of competing task orders in any of the three categories, based upon scope, technical requirements, and timeline requirements of the task order. The Government will satisfy a minimum guarantee with a minimum guarantee task order to each successful offeror at $5,000.00 issued concurrently with the award of the base contract.