Inactive
Notice ID:W912BU19B0005
THIS IS A PRESOLICITATION NOTICE ONLY AND NOT A SOLICITATION OR INVITATION FOR BID (IFB) DOCUMENT. THE IFB/SOLICITATION PACKAGE WILL BE AVAILABLE AFTER THE CLOSING DATE OF THIS PRE-SOLICITATION NOTICE...
THIS IS A PRESOLICITATION NOTICE ONLY AND NOT A SOLICITATION OR INVITATION FOR BID (IFB) DOCUMENT. THE IFB/SOLICITATION PACKAGE WILL BE AVAILABLE AFTER THE CLOSING DATE OF THIS PRE-SOLICITATION NOTICE. BIDS ARE NOT BEING SOLICITED OR ACCEPTED AT THIS TIME. CONTRACTORS SHOULD FOLLOW THE INSTRUCTIONS BELOW. The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate an Invitation for Bid (IFB) for procurement of one welded steel barge to be used in floating crane service. A pedestal-mounted crane (to include pedestal, king post, and swing bearing mounted boom wire luffed crane) will be provided to the Contractor as Government Furnished Equipment (GFE) to be mounted on the barge while at the shipyard. The principle dimensions of the barge will be as follows: Length Overall (LOA): 160 feet Beam: 60 feet Depth: 12 feet. The barge will be built to and classified by the American Bureau of Shipping (ABS) as a Maltese Cross A-1, Floating Crane, with Great Lakes Service. A contract level design for the barge will be provided as part of the forthcoming solicitation. The barge shall have no deckhouse or machinery and storage spaces below deck. Spuds shall be provided with the barge and will be operated by spud hoisting winches. Delivery and final acceptance of the barge will be at the U.S. Army Corps of Engineers Buffalo District, Cleveland Area Office, 1035 east 9th street, Cleveland, oh 44114-1003. The NAICS code for this IFB is #336611 - Ship Building and Repair. Bids will be evaluated on the basis of price and price related factors. Payment and performance bonds, bid bonds, liquidated damages and warranties will be required for this procurement. The Solicitation Number W912BU19B0005 is intended to be available on or about 12 July 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 web. Contractors may download the solicitation (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. Bonding will be required; at the time of bid opening, by separate Bid Bonds whose amount should be 20% of the bid price or $3,000,000.00, whichever is less. After award, but before the Notice to Proceed, Performance and Payment Bonds will be required for 100% of contract award. All contractors are required to be registered in the DOD System for Award Management by award (SAM) before award as required by FARS 4.605. Also, firms who receive a federal contract in excess of -$250,000.00 are required by legislation to submit an annual VETS-4212 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html. Questions can be directed to Michael.J.Hunter@usace.army.mil Contracting Office Address: USACE District, Philadelphia CENAP-CT-CW (mjh) Wanamaker Building 100 Penn Square East, (RM 643) Philadelphia, PA 19107-3390