Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

Y -- Medium Class Hopper Dredge (MCHD)

Notice Date
1/13/2021 12:47:43 PM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU21R0001
 
Response Due
4/2/2021 1:30:00 PM
 
Archive Date
04/17/2021
 
Point of Contact
Maria M. Figueroa-Gomez, Michael J. Hunter
 
E-Mail Address
Maria.M.Figueroa-Gomez@usace.army.mil, michael.j.hunter@usace.army.mil
(Maria.M.Figueroa-Gomez@usace.army.mil, michael.j.hunter@usace.army.mil)
 
Description
Subject:� 3010 Medium Class Hopper Dredge Replacement. Solicitation No.:� W912BU21R0001 Set-Aside Code:� Full and Open (NCAIS 336611) Response Date: 2 April 2021 [Updated January 13, 2021] Place of Performance:� TBD The U.S. Army Corps of Engineers, Philadelphia District intends to initiate a Request for Proposal to provide a new Medium Class Hopper Dredge (MCHD) as part of the USACE minimum fleet that will continue to operate in a Ready Reserve status. The Medium Class Hopper Dredge is to replace Philadelphia District�s existing MCFARLAND hopper dredge. PRINCIPAL CHARACTERISTICS Hull: Length Overall: 320 feet or less Beam: As best suits the design Air-Draft: 110 feet maximum Loaded Draft at minimum dredging freeboard: 26 feet Hopper Capacity: 5,000 - 6,000 cubic yards Power System: Diesel engines Propulsion: Twin screw Shallow Water: for transit conditions shall be taken as 3 times the Loaded Draft Speed (w/ 50% consumables, 100% fuel): Transit speed, hopper empty but free flooding, minimum 12 knots, Shallow Water.� Transit speed, hopper full, minimum 10 knots, Shallow Water. Bow Thruster: at least one variable speed tunnel bow thruster. CONTRACT ORGANIZATION A.������� CLIN 0001AA � PLANNING AND SCHEDULING PHASE I � Planning and Scheduling is CLIN 0001AA of the contract and commences only after receipt by the Contractor of a Notice of Contract Award (Award) and a Notice to Proceed (NTP) with line item CLIN 0001AA, �PLANNING AND SCHEDULING,� respectively.� In this first phase of the contract, the Contractor is required to present planning information that demonstrates a logical, orderly and workable approach to the contract and develop the contract schedule. ����������� B.������� CLIN 0001AB � ENGINEERING PHASE II � Engineering is CLIN 0001AB of the contract and commences only after receipt by the Contractor of a Notice to Proceed (NTP) with line item CLIN 0001AB, �ENGINEERING.�� It is intended, but not required, that NTP will be issued on after completion of the Planning and Scheduling phase (CLIN 0001AA).� During this second phase of the contract, the Contractor is required to perform engineering and make submittals as required by the contract. C.������� CLIN 0001AC � CONSTRUCT & TEST PHASE III � Construct & Test is CLIN 0001AC of the contract and will commence only after receipt by the Contractor of Notice to Proceed with CLIN 0001AC.� It is intended, but not required, that NTP will be issued only after completion of the Engineering phase (CLIN 0001AB).� During this third phase of the contract, the Construction Progress Chart shall be updated and maintained, the vessel constructed, and tests performed.� D.������� CLIN 0001AD � TEST, SEA TRIALS, & DELIVER PHASE IV � Sea trials and Deliver is CLIN 0001AD of the contract and will commence only after receipt by the Contractor of Notice to Proceed with CLIN 0001AD.� It is intended, but not required, that NTP will be issued only after completion of the Construction phase (CLIN 0001AC).� During this fourth phase of the contract dredge and sea trials shall be performed as well as delivery.� Delivery will commence only after completion of construction punch list items, final testing, training, sea trials, and receipt by the Contractor of a letter of PROVISIONAL ACCEPTANCE.� This phase of the contract is completed with receipt by the Contractor of a letter of FINAL ACCEPTANCE and submittal of all final documents. ����������� E.������� PHASE SEQUENCING It is intended that the four phases will be performed sequentially. The time allotted in contract section F for each phase spans an interactive process involving both the Contractor and the Government.� This process includes preparation, review and approval of the phase submittals, contract administration, mailing, preparation and issuance of Notices to Proceed. PROJECTED SCHEDULE CLIN 0001AA � PLANNING AND SCHEDULING������������� ����� 120 Days CLIN 0001AB � ENGINEERING��������������������������������������� ����� 365 Days CLIN 0001AC � CONSTRUCT & TEST����������������������������� ���� �912 Days CLIN 0001AD � TEST, SEA TRIALS, & DELIVER���������� ������� 120 Days The Contractor shall deliver the vessel afloat and ready for service at the following location: U.S. Army Corps of Engineers U.S. Army Engineer District, Philadelphia 6400 Hog Island Rd, Philadelphia, PA 19153 F.O.B. Destination. Bonding, warranty and liquidated damages will be required for this procurement. There are no options associated with this requirement. [Updated January 13, 2021] This acquisition will be made using Best Value, a single award will be made as a whole, to the Best Value Trade Off, responsive bidder determined to be responsible in accordance with FAR Part 15 Procedures. Issue date for the Request for Proposal, Solicitation No. W912BU21R0001 is anticipated on or about 18 December 2020, as an unrestricted procurement. The Proposal Closing is projected to be conducted on 2 April�2021 at 4:30 p.m. EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. Contracting Officer Notes: Receipt of Requests for Information (RFI�s) � Contractor requesting clarifications of specifications, or questions regarding evaluation elements, or any questions related directly to this solicitation shall direct those inquiries to the following individuals ONLY: ����������� Maria Figueroa-Gomez - �� maria.m.figueroa-gomez@usace.army.mil���������� ���������� �Michael J. Hunter��� -���������� michael.j.hunter@usace.army.mil Response to all RFI�s will be accomplished by Amendment to the Solicitation and will appear in beta.SAM as an attachment to the Solicitation.� Timing for the Amendments will be determined by the difficulty and volume of the RFI�s.� RFI�s received after the cutoff date will not be considered or answered. �The cutoff date for the receipt of RFI�s will be 14 days prior to the closing of the Request for Proposal (W912BU21R0001). Important Note(s): IAW FAR 4.1102 (a) Offerors and quoters are required to be registered in SAM (www.SAM.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications� 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. Pursuant to FAR 22.1303(b) The Act requires submission of the VETS-4212 Report in all cases where the contractor or subcontractor has received an award of $150,000 or more, except for awards to State and local governments, and foreign organizations where the workers are recruited outside of the United States. Warning: The official media for distribution of this Solicitation Notice is Contract Opportunities website, beta.SAM.gov.� It is the responsibility of the interested vendor(s) to register and monitor the notice for any amendments. Offers that fail to furnish required representations or information, take into account amendments, or reject the terms and conditions of the solicitation may be excluded from consideration.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37da7fc52a5c42c883e2f57398bf9493/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05891237-F 20210115/210113230105 (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  © 1994-2020, Loren Data Corp.