Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912BU19B0003
Dredge McFARLAND Overhaul Pre-Solicitation Synopsis 1. Notice Type: Pre-solicitation Synopsis 2. Class Code: 1955 - Dredges 3. Subject: Overhaul Dredge McFARLAND 4. Solicitation No.: W912BU19B0003 5. ...
Dredge McFARLAND Overhaul Pre-Solicitation Synopsis 1. Notice Type: Pre-solicitation Synopsis 2. Class Code: 1955 - Dredges 3. Subject: Overhaul Dredge McFARLAND 4. Solicitation No.: W912BU19B0003 5. Set-aside: 100% Small Business Set-Aside 6. Synopsis: The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate an Invitation for Bid (IFB) for Drydocking and Repairs to the Dredge MCFARLAND. The general elements of work include, but are not limited to: drydocking, utilities and services, hopper door repairs, hull painting, dredge pump repairs, controllable pitch propulsion (CPP) system repairs, steel replacement, sea valve repairs and other miscellaneous maintenance as required. The Drydock Examination and Internal Structural Review and the Annual Inspection for renewal of the USCG Certificate of Inspection will also be performed during this availability. Vessel Information: The dredge McFARLAND is an all-steel, sea-going hopper dredge. Her hull dimensions are: Length without Boom Overhang 300'-0" Length with Boom Overhang 319'-8" Length Between Perpendiculars 284'-6" Beam Molded: 72' -0" Depth Amidships [molded]: 33' -0" Normal Draft Aft 16'-6" Normal Draft Forward 15' -3" Registered Gross Tonnage: 6,036 long tons Lightship Displacement: 4,007 long tons Ballast, Fuel and Water: 400 long tons (apprx) [Normal being light on fuel and ballast. Actual draft must be taken prior to drydocking, and weight calculated.] The Government will deliver the vessel to the contractor facility. Upon completion of the work, the vessel will conduct dock and sea trials prior to delivery back to the Government. Prospective contractors must have, or be capable of, entering into a Master Ship Agreement with the U.S. Army Corps of Engineers. Prospective contractors must also have a NAVSEA-approved drydock/graving dock, or be in possession of a signed and dated certificate from a Professional Engineer stating that the drydock facilities currently meet all of the requirements applicable to that type of drydocking facility listed in Military Standard No. MIL-STD-1625C(SH), dated 25 August 1987, and Notice 1, dated 30 December 1992. The period of performance is expected to start on or about 30 May 2019 and last 120 calendar days. Anticipate a site visit on 16 April 2019 at 0900 on the vessel at Ft. Mifflin. Please contact Mark Saylor at mark.a.saylor@usace.army.mil or 215-656-6744 for information. Bonding (Bid as well as Payment and Performance) will be required. The NAICS code is 336611 - Ship Building and Repairing and the size standard is 1,250 employees. This procurement is a 100% small business set-aside. Liquidated damages will be applicable to this procurement. There are no options for this procurement. The acquisition will be IAW the process prescribed in Part 14 Sealed Bidding of the Federal Acquisition Regulation (FAR). The solicitation Number W912BU19B0003 will be issued on or about 09 April 2019. 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 FBO.gov website. Contractors may download the solicitation (including any drawings) and any amendments via the Federal Business Opportunities (FedBizOpps) web site at fbo.gov. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Bidders are responsible for printing copies of the IFB and any amendments. All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102. Questions can be directed to Michael.Hunter@usace.army.mil. Contracting Office Address: USACE Philadelphia District 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia, PA 19107-3390