SOLICITATION NOTICE
F -- DRYDOCK HISTORIC HISTORIC TUGBOAT HERCULES
- Notice Date
- 6/9/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, PWR - GOGA Golden Gate NRA Bldg. 201, Fort Mason San Francisco CA 94123
- ZIP Code
- 94123
- Solicitation Number
- N8520090010
- Response Due
- 8/21/2008
- Archive Date
- 6/9/2010
- Point of Contact
- Carol A. Axley Contracting Officer 4155614793 carol_axley@nps.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- This solicitation will be available at this website on or about June 23, 2009: http://ideasec.nbc.gov. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE AND FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. This acquisition is Full and Open Competition. The National Park Services welcomes qualified contractors to participate in this project. The National Park Service, San Francisco Maritime National Historical Park has identified a requirement for the Historic Tugboat Hercules to be towed from her berth at the Hyde Street Pier in San Francisco to a Bay Area commercial shipyard for dry-docking to include miscellaneous repairs and servicing. All of the proposed work is essentially replacement-in-kind. The North American Industry Classification Standards (NAICS) is 488390. A Site Visit is scheduled for Monday, June 29, 2009 at at 10:00 AM. Participants are requested to meet at the entrance to the Hyde Street Pier, San Francisco, CA. Submission date for offers will be approximately 30 days after the issuance of the Request for Proposal (RFP), No. N8520090010. Refer to the actual RFP for official dates. Search the web site by referencing the Solicitation No., National Park Service, Department of the Interior. The Point of Contact for this RFP is Carol A. Axley, Contracting Officer, National Park Service, Fort Mason, Building 201, San Francisco, CA 94123, Tel. No: (415) 561-4793, Fax No. is (415) 561-4795, email address is carol_axley@nps.gov. All firms need to be registered with the Central Contractor Registration, and provide proof of registration with their offer. Responses from Offerors will be accepted at the address listed in the Solicitation in hard copy with the original signature of the authorized company official, no later than the official closing date indicated on the Solicitation. All Offerors are required to respond in writing to the Technical Evaluation Criteria as listed below in descending order of importance as follows:A. FACILITY/CAPABILITY: 1) Financial Stability: a) The number of years the company has been in business; b) Financially sound; c) Able to be bonded and obtain liability insurances. 2) Size of the facility: The facility's site will have the space required to:a) Work around the vessel.b)Storage of material and equipment.c) Provide safe employee/visitor accommodations. 3) Docking capability: Drydock or railway capable of lifting the Hercules safely out of the water. 4) Equipment: Equipment and tools will be required to be in excellent operational condition. They must be certified for their rated lifting capacities.a) Cranes with lifting capability of 20-100 tons. b) Forklifts capable of lifting 5-20 tons. c) Man-lifts. d) Wood milling equipment such as ship-saw, large planers, large joiners and large table saws. e) Riveting capabilities 5) Shop areas: The shop areas will be neat and clean for safety and fire prevention. a) Machine shop where metal components used on vessel can be fabricated and shaped. Shaft turning capabilities. b) Wood shops with the capability to mill large timbers. 6) Facility shall be situated within the boundaries of the San Francisco Bay system. B.MANAGEMENT: 1) Management Personnel: Stability of the company's management team such as number of years the management team has been together.a) Upper managers: Number of years in overseeing major projects in the shipbuilding and repair business; b) Middle managers: Number of years in project planing and supervision in shipbuilding and major repairs especially in wood shipbuilding and repairs. c) Foreman level: Number of years experience running crews specializing in the metal, riveting and shipwright/carpentry trades. 2) Labor Force: The labor force will be versatile at all trade levels with higher level of experience in welding on riveted hulls, riveting, machinist and wood working trades. C. Past Performance: 1) References: References will be submitted to verify that the company has been successful in managing and completing large projects in shipbuilding and repairs. 2) Wood Ship: Past performance in the successful building of or major repairs to large wooden ships. 3) Labor force: Past performance of work force to successfully complete major repairs on steel riveted hull ship and wooden decks. This announcement does not constitute the Solicitation. End of Announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8520090010/listing.html)
- Place of Performance
- Address: PERFORMANCE IS DEPENDENT UPON THE LOCATION OF THE DRYDOCK FACILITY<br />
- Zip Code: 94123<br />
- Zip Code: 94123<br />
- Record
- SN01839558-W 20090611/090609235003-fceec1e45636409489cd9decd1913785 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |