60' Equipment Barge

expired opportunity(Expired)
From: North Carolina Wildlife Resources Commission(State)
17-478104250-LG

Basic Details

started - 04 Aug, 2022 (21 months ago)

Start Date

04 Aug, 2022 (21 months ago)
due - 18 Aug, 2022 (20 months ago)

Due Date

18 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
17-478104250-LG

Identifier

17-478104250-LG
Wildlife Resources Commission

Customer / Agency

Wildlife Resources Commission
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

STATE OF NORTH CAROLINA Wildlife Resources Commission Invitation for Bid #: 17-478104250-LG 60’ Barge for Engineering Date Issued: 8/4/2022 Bid Opening Date: 8/18/2022 At 2:00 PM EST Direct all inquiries concerning this IFB to: Lori Glaum Procurement Specialist Email: lori.glaum@ncwildlife.org Phone: 919-707-0286 mailto:glaum@ncwildlife.org Ver. 11/2021 STATE OF NORTH CAROLINA Invitation for Bids # 17-478104250-LG For internal State agency processing, including tabulation of bids, provide your company’s eVP (Electronic Vendor Portal) Number. Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page shall be filled out and returned with your bid. Failure to do so may subject your bid
to rejection. Vendor Name Vendor eVP# Note: For your bid to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login https://vendor.ncgov.com/vendor/login Ver: 11/2021 1 COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #11): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE: DATE: E-MAIL: STATE OF NORTH CAROLINA Wildlife Resources Commission Refer ALL Inquiries regarding this IFB to: Lori Glaum lori.glaum@ncwildlife.org 919-707-0286 Invitation for Bids # 17-478104250-LG Bids will be publicly opened: 8/18/22 Using Agency: NC Wildlife Resource Commission Commodity No. and Description: 251119 - Marine craft systems and subassemblies Requisition No.: PR12401676 EXECUTION In compliance with this Invitation for Bids (IFB), and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Vendor understands that false certification is a Class I felony and certifies that: ▪ this bid is submitted competitively and without collusion (G.S. 143-54), ▪ that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and ▪ it is not an ineligible Vendor as set forth in G.S. 143-59.1. Furthermore, by executing this bid, the undersigned certifies to the best of Vendor’s knowledge and belief, that: ▪ it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public Contract; or awarding or administering public Contracts; or inspecting or supervising delivery of the public Contract of any gift from anyone with a Contract with the State, or from any person seeking to do business with the State. By execution of this bid response to the IFB, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor are not aware that any such gift has been offered, accepted, or promised by any employees or agents of Vendor’s organization. By executing this bid, Vendor certifies that it has read and agreed to the INSTRUCTION TO VENDORS and the NORTH CAROLINA GENERAL TERMS AND CONDITIONS. These documents can be accessed from the Ariba Sourcing Tool. Failure to execute/sign bid prior to submittal may render bid invalid and it MAY BE REJECTED. Late bids cannot be accepted. mailto:glaum@ncwildlife.org https://s3.ariba.com/Buyer/Main/aw?awh=r&awssk=g.hzQCTW&realm=ncgovchild1 Ver: 11/2021 2 Bid Number IFB #17-478104250-LG Vendor: VALIDITY PERIOD Offer shall be valid for at least 60 days from date of bid opening, unless otherwise stated here: days, or if extended by mutual agreement of the parties. Any withdrawal of this offer shall be made in writing, effective upon receipt by the agency issuing this IFB. BID ACCEPTANCE If your bid is accepted, all provisions of this IFB, along with the written results of any negotiations, shall constitute the written agreement between the parties (“Contract”). The NORTH CAROLINA GENERAL TERMS AND CONDITIONS are incorporated herein and shall apply. Depending upon the Goods or Services being offered, other terms and conditions may apply, as mutually agreed. FOR STATE USE ONLY: Offer accepted and Contract awarded this day of , 20 , as indicated on the attached certification, by (Authorized Representative of [Enter Agency Title]) Ver: 11/2021 3 Bid Number IFB #17-478104250-LG Vendor: 1.0 PURPOSE AND BACKGROUND .......................................................................................... 5 2.0 GENERAL INFORMATION .................................................................................................... 5 2.1 INVITATION FOR BID DOCUMENT....................................................................................... 5 2.2 E-PROCUREMENT FEE ........................................................................................................ 5 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS................................ 5 2.4 IFB SCHEDULE ..................................................................................................................... 6 2.5 BID QUESTIONS ................................................................................................................... 6 2.6 BID SUBMITTAL .................................................................................................................... 6 2.7 BID CONTENTS..................................................................................................................... 7 2.8 ALTERNATE BIDS ................................................................................................................. 7 2.9 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS............................................................ 7 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS.................................................. 8 3.1 METHOD OF AWARD............................................................................................................ 8 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION......... 9 3.3 BID EVALUATION PROCESS................................................................................................ 9 3.4 PERFORMANCE OUTSIDE THE UNITED STATES ............................................................ 10 3.5 INTERPRETATION OF TERMS AND PHRASES ................................................................. 10 4.0 REQUIREMENTS................................................................................................................. 10 4.1 PRICING .............................................................................................................................. 10 4.2 PRODUCT IDENTIFICATION............................................................................................... 10 4.3 TRANSPORTATION AND IDENTIFICATION ....................................................................... 11 4.4 DELIVERY............................................................................................................................ 11 4.5 WARRANTY ......................................................................................................................... 11 4.6 MAINTENANCE OPTION ..................................................................................................... 11 4.7 HUB PARTICIPATION.......................................................................................................... 12 4.8 REFERENCES ..................................................................................................................... 12 4.9 VENDOR’S REPRESENTATIONS ....................................................................................... 12 4.10 FINANCIAL STABILITY ........................................................................................................ 12 4.11 AGENCY INSURANCE REQUIREMENTS MODIFICATION ................................................ 12 4.12 NC COVID-19 VACCINATION AND TESTING REQUIREMENT .......................................... 12 4.13 FEDERAL COVID-19 VACCINATION REQUIREMENT ....................................................... 13 4.14 LOBBYING ACTIVITY CERTIFICATION FOR FEDERAL GRANTS ..................................... 13 5.0 PRODUCT SPECIFICATIONS ............................................................................................. 13 SPECIFICATIONS................................................................................................................ 13 5.2 CERTIFICATION AND SAFETY LABELS............................................................................. 14 5.3 DEVIATIONS........................................................................................................................ 14 6.0 CONTRACT ADMINISTRATION.......................................................................................... 14 6.1 PROJECT MANAGER AND CUSTOMER SERVICE............................................................ 14 6.2 CONTINUOUS IMPROVEMENT .......................................................................................... 14 6.3 ACCEPTANCE OF WORK ................................................................................................... 14 6.5 INVOICES ............................................................................................................................ 15 6.6 DISPUTE RESOLUTION...................................................................................................... 15 6.7 PRICE ADJUSTMENTS ....................................................................................................... 15 Ver: 11/2021 4 Bid Number IFB #17-478104250-LG Vendor: 6.8 CONTRACT CHANGES ....................................................................................................... 15 6.9 ATTACHMENTS................................................................................................................... 16 7.0 ATTACHMENTS .................................................................................................................. 17 ATTACHMENT A: PRICING................................................................................................................. 17 ATTACHMENT B: INSTRUCTIONS TO VENDORS ............................................................................. 17 ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS ...................................... 17 ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR.............................................. 17 ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION....................................................... 17 ATTACHMENT F: CUSTOMER REFERENCE FORM .......................................................................... 17 ATTACHMENT G: HUB SUPPLEMENTAL SUPPLIER INFORMATION .............................................. 18 ATTACHMENT H: VENDOR REQUEST FOR EO50 PRICE-MATCHING............................................. 18 Ver: 11/2021 5 Bid Number IFB #17-478104250-LG Vendor: 1.0 PURPOSE AND BACKGROUND It is the intent of this Invitation for Bid s (IFB) to establish a contract with a vendor Construct a New 60’x20’x5’ equipment transport deck barge; per the stated bid specifications described per specification below in section 5.1 The intent of this solicitation is to award an Agency Contract, Agency Specific Contract. 2.0 GENERAL INFORMATION 2.1 INVITATION FOR BID DOCUMENT The IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award, which are incorporated herein by reference. 2.2 E-PROCUREMENT FEE ATTENTION: This is an NC eProcurement solicitation facilitated by the Ariba Network. The E-Procurement fee may apply to this solicitation. See paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. What is the Ariba Network? The Ariba Network is a web-based platform that serves as a connection point for buyers and vendors. Vendors can log in to the Ariba Network to view purchase orders, respond to electronic requests for quotes, participate in Sourcing Events, and collaborate with buyers on contract documents. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors should go to the following site: http://eprocurement.nc.gov/training/vendor-training. 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions to Vendors, the North Carolina General Terms and Conditions, all relevant exhibits and attachments, and any other components made a part of this IFB and comply with all requirements and specifications herein. Vendors also are responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this IFB. If Vendors have questions, issues, or exceptions regarding any term, condition, or other component within this IFB, those must be submitted as questions in accordance with the instructions in the BID QUESTIONS Section. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an IFB addendum. The State may also elect to leave open the possibility for later negotiation and amendment of specific provisions of the Contract that have been addressed during the question-and-answer period. Other than through this process or negotiation under 01 NCAC 05B.0503, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s bid. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non-binding or subject to further negotiation. Vendor’s bid shall constitute a firm offer that shall be held open for the period required herein (“Validity Period” above). By execution and delivery of this IFB Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive. The State may exercise its discretion to consider Vendor proposed modifications. http://eprocurement.nc.gov/ http://eprocurement.nc.gov/training/vendor-training Ver: 11/2021 6 Bid Number IFB #17-478104250-LG Vendor: 2.4 IFB SCHEDULE The table below shows the intended schedule for this IFB. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue IFB State 8/4/2022 Submit Written Questions Vendor 8/10/2022 by 2:00 PM EST Provide Responses to Questions State 8/11/2022 by 5:00 PM EST Submit Bids Vendor TBD Contract Award State TBD Contract Effective Date State TBD 2.5 BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the “Submit Written Questions” date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum. Questions related to the content of the solicitation, or the procurement process should be directed to the person on the title page of this document via the Sourcing Tool's message board by the date and time specified in the IFB SCHEDULE Section of this IFB. Vendors will enter “IFB # 17-478104250-LG – Questions” as the subject of the message. Question submittals should include a reference to the applicable IFB section. This is the only manner in which questions will be received. Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888-211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM ET to 5:00 PM ET. Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the Sourcing Tool in the form of an addendum and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this IFB, shall be considered authoritative or binding. Vendors shall rely only on written material contained in an Addendum to this IFB. 2.6 BID SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk of late submission due to unintended or unanticipated delay. It is the Vendor’s sole responsibility to ensure its bid has been received as described in this IFB by the specified time and date of opening. Failure to submit a bid in strict accordance with instructions provided shall constitute sufficient cause to reject a Vendor’s bid(s). Solicitation responses are subject to Sealed Bidding requirements. Vendor’s bids for this procurement must be submitted through the Sourcing Tool. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors should go to the following site: https://eprocurement.nc.gov/training/vendor-training Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888-211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM EST to 5:00 PM EST. Tips for Using the Sourcing Tool 1. Vendors should review available training and confirm that they are able to access the Sourcing Event, enter responses, and upload files well in advance of the date and time response are due to allow sufficient time to seek assistance from the North Carolina eProcurement Help Desk. 2. Vendors may submit their responses early to make sure there are no issues, and then submit a revised response any time prior to the response due date and time. The State will only review the most recent response. https://eprocurement.nc.gov/training/vendor-training Ver: 11/2021 7 Bid Number IFB #17-478104250-LG Vendor: 3. Vendors should respond to all relevant sections of the Sourcing Event. Certain questions or items are required in order to submit a response and are denoted with an asterisk. The Sourcing Tool will not allow a response to be submitted unless all required items are completed. The Sourcing Tool will provide error messages to help identify any required information that is missing when response is submitted. 4. Simply saving your response in the Sourcing Tool is not the same as submitting your response to the State. Vendors should make sure they complete the submission process and receive a message that their response was successfully submitted. 2.7 BID CONTENTS Vendors shall provide responses to all questions and complete all attachments for this IFB that require the Vendor to provide information and upload them to the Sourcing Event in the Sourcing Tool. Vendor may not be able to submit its response in the Sourcing Tool unless all required items are addressed. Vendors shall provide authorized signatures where requested. Failure to provide all required items, or Vendor’s submission of incomplete items, may result in the State rejecting Vendor’s bid, in the State’s sole discretion. Vendors shall upload the following items and attachments in the Sourcing Tool: a) Cover Letter, must include a statement that confirms that the Vendor has read the IFB in its entirety, including all links, and all Addenda released in conjunction with the IFB. b) Title Page: Include the company name, address, phone number and authorized representative along with the Bid Number. c) Completed and signed version of EXECUTION PAGES, along with the body of the IFB. d) Signed receipt pages of any addenda released in conjunction with this IFB, if required to be returned. e) Vendor Response f) Completed version of ATTACHMENT A: PRICING g) Completed and signed version of ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION h) Completed and signed version of ATTACHMENT E: CUSTOMER REFERENCE FORM i) Completed and signed version of ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR j) Completed and signed version of ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION k) Completed and signed version of ATTACHMENT H: VENDOR REQUEST FOR EO50 PRICE-MATCHING, if applicable l) Completed and signed version of ATTACHMENT I: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY m) Completed and signed version of CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS and OMB STANDARD FORM LLL 2.8 ALTERNATE BIDS Unless provided otherwise in this IFB, Vendor may submit alternate bids for comparable Goods, various methods or levels of Service(s), or that propose different options. Alternate bids must specifically identify the IFB requirements and advantage(s) addressed by the alternate bid. Each bid must be for a specific set of Goods and Services and must include specific pricing. Each bid must be complete and independent of other bids offered. If a Vendor chooses to respond with various offerings, Vendor shall follow the specific instructions for uploading Alternate Bids in the Sourcing Tool 2.9 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Relevant definitions for this IFB are provided in 01 NCAC 05A .0112 and in the Instructions to Vendors found Sourcing Tool, which are incorporated herein by this reference. Ver: 11/2021 8 Bid Number IFB #17-478104250-LG Vendor: The following definitions, acronyms, and abbreviations are also relevant to this IFB: a) AGENCY SPECIFIC TERM CONTRACT: A contract generally intended to cover all normal requirements for a commodity for a specified period of time based on estimated quantities for a single entity. b) BAFO: Best and Final Offer, submitted by a Vendor to alter its initial bid, made in response to a request by the issuing agency. c) BUYER: The employee of the State or Other Eligible Entity that places an order with the Vendor. d) COMMUNITY COLLEGE: Any of the fifty-eight (58) public North Carolina Community Colleges. e) CONTRACT LEAD: Representative of the AGENCY NCWRC identified on the first page of this IFB who will correspond with potential Vendors concerning solicitation issues and will contract with the Vendor providing the best offer to the State, and is the individual who will administer The Contract for the State. f) E-PROCUREMENT SERVICES: The program, system, and associated Services through which the State conducts electronic procurement. g) FOB-DESTINATION: Title changes hand from Vendor to purchaser at the destination point of the shipment; Vendor owns commodity in transit and files any claims, and Vendor pays all freight and any related transportation charges. A solicitation may request a Vendor to separately identify freight charges in its bid, but no amount or charge not included as part of the total bid price will be paid. h) IFB: Invitation for Bids. i) LOT: A grouping of similar products within this IFB. j) NC BIDS: The North Carolina Business Invitation Delivery System provides vendors the opportunity to submit bid responses electronically. k) ON-TIME DELIVERY: The delivery of all items within a single order to the receiving point designated by the ordering entity within the delivery time required. l) QUALIFIED BID: A responsive bid submitted by a responsible Vendor. m) SERVICES or SERVICE DELIVERABLES: The tasks and duties undertaken by the Vendor to fulfill the requirements and specifications of this solicitation. n) STATE: The State of North Carolina, including any of its sub-units recognized under North Carolina law. o) STATE AGENCY: Any of the more than 400 sub-units within the executive branch of the State, including its departments, boards, commissions, institutions of higher education and other institutions. p) STATE DEPARTMENTS: Department of Administration, Department of Agriculture, Department of Commerce, Department of Cultural an Natural Resources, Department of Environmental Quality, Department of Health and Human Services, Department of Information Technology, Department of Insurance, Department of Justice, Department of Labor, Department of Military and Veteran Affairs, Department of Public Instruction, Department of Public Safety, Department of Revenue, Department of State Treasurer, Department of the Secretary of the State, Department of Transportation, Wildlife Resources Commission, Office of Budget and Management, Office of the Governor, Office of the Lieutenant Governor, Office of The State Auditor, Office of the State Controller. q) THE CONTRACT: A contract resulting from or arising out of Vendor responses to this solicitation document. r) VENDOR: Supplier, bidder, proposer, company, firm, corporation, partnership, individual or other entity submitting a response to an Invitation for Bids. Following award of a contract, the term refers to an entity receiving such an award. 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State’s best interest. Ver: 11/2021 9 Bid Number IFB #17-478104250-LG Vendor: All responsive bids will be reviewed, and award or awards will be based on the responsive bid(s) offering the lowest price that meets the specifications set out herein. While the intent of this IFB is to award a Contract(s) to a single Vendor for all line items, the State reserves the right to make separate awards to different Vendors for one or more line items, to not award one or more line items or to cancel this IFB in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. If a Vendor selected for award is determined by the State to be a non-resident of North Carolina, all responsive bids will be reviewed to determine if any of them were submitted by a North Carolina resident Vendor who requested an opportunity to match the price of the winning bid, pursuant to Executive Order #50 and G.S. 143-59 (for more information, please refer to ATTACHMENT H: VENDOR REQUEST FOR EXECUTIVE ORDER #50 PRICE MATCHING. If such bid(s) are identified, the State will then determine whether any such bid falls within the price-match range, and, if so, make a Contract award in accordance with the process that implements G.S. 143-59 and Executive Order #50. The State reserves the right to waive any minor informality or technicality in bids received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this IFB is under evaluation, the responding Vendor, including any subcontractors and suppliers, is prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph of the Instructions To Vendors Entitled Confidential Information. 3.3 BID EVALUATION PROCESS Only responsive submissions will be evaluated. The State will conduct an evaluation of responsive Bids, as follows: Bids will be received according to the method stated in the Bid Submittal section above. All bids must be received by the issuing agency not later than the date and time specified in the IFB SCHEDULE Section above, unless modified by Addendum. Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. At the date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum, the bids from each responding Vendor will be opened publicly and the name of the Vendor and total cost offered may be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. At their option, the evaluators may request oral presentations or discussions with any or all Vendors for clarification or to amplify the materials presented in any part of the bid. Vendors are cautioned, however, that the evaluators are not required to request presentations or other clarification—and often do not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification. Bids will generally be evaluated, based on completeness, content, cost, and responsibility of the Vendor to supply the requested Goods and Services. Specific evaluation criteria are listed in Section 3.1 METHOD OF AWARD. Upon completion of the evaluation process, the State will make Award(s) based on the evaluation and post the award(s) to IPS under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State. Ver: 11/2021 10 Bid Number IFB #17-478104250-LG Vendor: The State reserves the right to negotiate with one or more Vendors, or to reject all original offers and negotiate with one or more sources of supply that may be capable of satisfying the requirement, and in either case to require Vendor to submit a Best and Final Offer (BAFO) based on discussions and negotiations with the State. 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may also consider, for purposes of evaluating proposed or actual contract performance outside of the United States, how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.5 INTERPRETATION OF TERMS AND PHRASES This IFB serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the State; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the IFB. Except as specifically stated in the IFB, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the State exercising its discretion to reject a bid in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section, as well as any other specifications, requirements, and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification or believes a change in a requirement would allow for the State to receive a better bid, the Vendor is encouraged to submit these items in the form of a question during the question and answer period in accordance with the Bid Questions Section above. 4.1 PRICING Bid price shall constitute the total cost to the State for delivery fully assembled and ready for use, including all applicable charges for shipping, delivery, handling, administrative and other similar fees. Complete ATTACHMENT A: PRICING FORM and upload in the Sourcing Tool. The pricing provided in ATTACHMENT A, or resulting from any negotiations, is incorporated herein and shall become part of any resulting Contract. 4.2 PRODUCT IDENTIFICATION SUITABILITY FOR INTENDED USE Vendors are requested to offer only items directly complying with the specifications herein or comparable items which will provide the equivalent capabilities, features and diversity called for herein. The State reserves the right to evaluate all bids for suitability for the required use and to award the one best meeting requirements and considered to be in the State’s best interest. Ver: 11/2021 11 Bid Number IFB #17-478104250-LG Vendor: 4.3 TRANSPORTATION AND IDENTIFICATION The Vendor shall deliver Free-On-Board (FOB) Destination to any requested location within the State of North Carolina with all transportation costs and fees included in the total bid price. When an order is placed using a purchase order, the purchase order number shall be shown on all packages and shipping manifests to ensure proper identification and payment of invoices. If an order is placed without using a purchase order, such as via phone, the Buyer’s name shall be show on all packages. A complete packing list shall accompany each shipment. Vendors shall not ship any products until they have received an order. 4.4 DELIVERY The Vendor shall deliver Free-On-Board (FOB) Destination to the following location(s): If local vendor NCWRC Staff will pick up If manufacturer is out of Beaufort County Area Ship to: 34783 NC Hwy 33 E, Aurora, NC 27806 Vendor should complete delivery within 6 to 8 consecutive calendar months after receipt of purchase order. For completion by Vendor: Delivery will be made from (city, state) within consecutive calendar days after receipt of purchase order. Promptness of delivery may be used as a factor in the award criteria. Delivery shall not be considered to have occurred until installation has been completed. Upon completion of the installation, the Vendor shall remove and properly dispose of all waste and debris from the installation site. The Vendor shall be responsible for leaving the installation area clean and ready to use. 4.5 WARRANTY Manufacturer’s standard warranty shall apply. Vendors shall include a copy of the manufacturer’s standard warranty with the bid response. The report of a problem does not presuppose that every call must result in an “on-site” visit for service/repair. The Vendor and/or service sub-contractor shall utilize best efforts to resolve problems in a timely fashion by using acceptable servicing methods to include, but not limited to, verbal problem analysis and remote diagnosis. The warranty requirement does not impose any additional duty on the State to make other than normal and good faith problem resolution efforts or expenditures of time. Vendor shall be responsible for compliance with warranty terms by any third-party service provider. Vendor shall provide contact information for warranty service provider, below. Vendor is authorized by manufacturer to repair equipment offered during the warranty period? YES NO Will the Vendor provide warranty service? YES NO, a manufacturer-authorized third party will perform warranty service. Contact information for warranty service provider: Company Name: Company Address: Contact Person (name): Contact Person (phone number): Contact Person (email): 4.6 MAINTENANCE OPTION Following expiration of the above warranty, Vendor, or its third-party service provider, shall maintain the system specifications and performance level in accordance with the manufacturer’s published specifications and those of this IFB. Maintenance shall include all parts, remedial maintenance labor, travel and living expenses incurred. Except as Ver: 11/2021 12 Bid Number IFB #17-478104250-LG Vendor: specifically provided for elsewhere herein, coverage shall be at least for 8:00 am to 5:00 pm, Monday through Friday, except State recognized holidays and shall include a minimum of two (2) preventive and safety maintenance inspections per year. The State shall have the option to accept the maintenance coverage in this paragraph at the price offered in ATTACHMENT A: PRICING of this IFB, if applicable. 4.7 HUB PARTICIPATION Pursuant to North Carolina General Statute G.S. 143-48, it is State policy to encourage and promote the use of small, minority, physically handicapped, and women contractors in purchasing Goods and Services. As such, this IFB will serve to identify those Vendors that are minority owned or have a strategic plan to support the State’s Historically Underutilized Business program by meeting or exceeding the goal of 10% utilization of diverse firms as 1st or 2nd tier subcontractors. Vendor shall complete ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION. 4.8 REFERENCES Vendors shall upload to the Sourcing Tool at least three (3) references, using ATTACHMENT E: CUSTOMER REFERENCE FORM, for which your company has supplied the exact model of equipment offered. The State may contact these users to determine quality level of the offered equipment; as well as, but not limited to user satisfaction with Vendor performance. Information obtained may be considered in the evaluation of the bid. 4.9 VENDOR’S REPRESENTATIONS If Vendor’s bid results in an award, Vendor agrees that it will not enter any agreement with a third party that may abridge any rights of the State under the Contract. If any Services, deliverables, functions, or responsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the Service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such service, they will be deemed to be implied by and included within the scope of the contract to the same extent and in the same manner as if specifically described in the Contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and/or other Deliverables. 4.10 FINANCIAL STABILITY As a condition of contract award, the Vendor must certify that it has the financial capacity to perform and to continue to perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction Each Vendor shall certify it is financially stable by completing the ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential performance issues from Contracting with a Vendor that is financially unstable. This Certification shall be deemed continuing, and from the date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. 4.11 AGENCY INSURANCE REQUIREMENTS MODIFICATION A. Default Insurance Coverage from the General Terms and Conditions applicable to this Solicitation: ☒ Small Purchases ☐ Contract value in excess of the Small Purchase threshold, but up to $1,000,000.00 ☐ Contract value in excess of $1,000,000.00 4.12 NC COVID-19 VACCINATION AND TESTING REQUIREMENT Executive Order 224, signed by Governor Cooper on July 30, 2021, requires all state employees and contractors who may enter facilities at Cabinet Agencies or other participating State Agencies to provide proof of full vaccination or a negative Covid test result within the last seven (7) days. Contractors must follow the requirements of this policy to ensure Ver: 11/2021 13 Bid Number IFB #17-478104250-LG Vendor: that their employees are: (1) fully vaccinated or tested weekly, and (2) wearing face coverings where required at Agency facilities. Each Vendor shall certify its acknowledgement and intent to comply with this policy by completing ATTACHMENT I: ACKNOWLEDGMENT OF COVID-19 VACCINATION AND TESTING POLICY. 4.13 FEDERAL COVID-19 VACCINATION REQUIREMENT President Biden recently issued Executive Order 14042 requiring that all employees working on or in connection with a federal contract be fully vaccinated against COVID-19. By responding to this solicitation, Vendor acknowledges and agrees to comply with the federal COVID-19 vaccination requirements. 4.14 LOBBYING ACTIVITY CERTIFICATION FOR FEDERAL GRANTS Federal law prohibits recipients of federal funds, whether through grants, contracts, or cooperative agreements, from using those funds to influence or attempt to influence (lobby) a federal official in connection with obtaining, extending, or modifying any federal contract, grant, loan, or cooperative agreement. Further, federal law requires that applicants for federal funds certify: • that they abide by the above restriction. • that they disclose any permissible (non-federal) paid lobbying on the Federal Awards being applied for; and • that such certification requirements will also be included in any subawards meeting the applicable thresholds. Vendors must complete and submit the CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS and the OMB STANDARD FORM LLL when responding to this solicitation. 5.0 PRODUCT SPECIFICATIONS SPECIFICATIONS The specific items and any specifications that the Purchasing Agency is seeking are listed below. Items offered by the Vendor must meet or exceed the listed Specifications. VENDOR’S RESPONSE Item # Specifications Product/Service Offered Meets Specification 1 Typical Barge Construction for a 20’ x 60’ barge Approx. list of steel: 3 – 10” sch. 80 pipes 1 – 12” sch. 80 pipe 13 sheets – 1/4x5x20 plate 12 sheets – 3/8x5x20 plate 12 sheets – 5/16x5x20 plate 4 sheets – 1/4x4x8 plate 100’ 1/4x3x4 angle 60’ – 3” pipe 6 – 3” butt weld 90’s Drawings are attached below YES NO Ver: 11/2021 14 Bid Number IFB #17-478104250-LG Vendor: 2 Materials/Paint/Crane/Travel life YES NO 3 Hydraulic ramp construction with rams and controls YES NO 5.2 CERTIFICATION AND SAFETY LABELS All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re- examination listing or identification marking of the appropriate safety standard organization; such as the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and /or National Electrical Manufacturers’ Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and furnished. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. 5.3 DEVIATIONS The nature of all deviations from the Specifications listed herein shall be clearly described by the Vendor. Otherwise, it will be considered that items offered by the Vendor are in strict compliance with the Specifications provided herein, and the successful Vendor shall be required to supply conforming goods. Deviations shall be explained in detail below or on an attached sheet. However, no implication is made or intended by the State that any deviation will be acceptable. Do not list objections to the North Carolina General Terms and Conditions in this section. _ 6.0 CONTRACT ADMINISTRATION All Contract Administration requirements are conditioned on an award resulting from this solicitation. This information is provided for the Vendor’s planning purposes 6.1 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall be required to designate and make available to the State a project manager. The project manager shall be the State’s point of contact for Contract related issues and issues concerning performance, progress review, scheduling, and service. 6.2 CONTINUOUS IMPROVEMENT The State encourages the Vendor to identify opportunities to reduce the total cost the State. A continuous improvement effort consisting of various ideas to enhance business efficiencies as performance progresses. 6.3 ACCEPTANCE OF WORK Performance of the work and delivery of Goods shall be conducted and completed at least in accordance with the Ver: 11/2021 15 Bid Number IFB #17-478104250-LG Vendor: Contract requirements and recognized and customarily accepted industry practices. Performance shall be considered complete when the Services or Goods are approved as acceptable by the Contract Administrator. Acceptance of work products shall be based on the following criteria: The State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or delivery of a deliverable described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable review, evaluation, installation, or testing, as applicable to the work or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any specifications, acceptance criteria or otherwise fail to conform to the Contract, the State may exercise any and all rights hereunder, including, for Goods deliverables, such rights provided by the Uniform Commercial Code, as adopted in North Carolina. 6.4 INVOICES Vendor shall invoice the Purchasing Agency. The standard format for invoicing shall be Single Invoices meaning that the Vendor shall provide the Purchasing Agency with an invoice for each order. Invoices shall include detailed line item information to allow Purchasing Agency to verify pricing at point of receipt matches the correct price from the original date of order. At a minimum, the following fields shall be included on all invoices: Vendor’s Billing Address, Customer Account Number, NC Contract Number, Order Date, Buyer’s Order Number, Manufacturer Part Numbers, Vendor Part Numbers, Item Descriptions, Price, Quantity, and Unit of Measure. INVOICES MAY NOT BE PAID UNTIL AN INSPECTION HAS OCCURRED AND THE GOODS ACCEPTED. 6.5 DISPUTE RESOLUTION During the performance of the Contract, the Parties agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The Parties will agree on a reasonable amount of time to resolve a dispute. If a dispute cannot be resolved between the Parties within the agreed upon period, either Party may elect to exercise any other remedies available under the Contract, or at law. This provision, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.6 PRICE ADJUSTMENTS Prices proposed by the Vendor shall be firm against any increase for Thirty (30) days from the effective date of the Contract. Price increase requests shall be submitted in writing to the Contract Lead, which shall include the reason(s) for the request and contain supporting documentation for the need. Price increases will be negotiated and agreed to by both the State and Vendor in advance of any price increase going into effect. The State is not obligated to accept pricing adjustments or increases and reserves the right to accept or reject them in part or in whole. Price de-escalation or decreases may be requested by the State at any time. It is understood and agreed that orders will be shipped at the established Contract prices in effect on the date an order is placed. Invoicing that deviates from this provision may result in Contract to cancellation. 6.7 CONTRACT CHANGES Contract changes, if any, over the life of the Contract shall be implemented by contract amendments agreed to in writing by the State and Vendor. Ver: 11/2021 16 Bid Number IFB #17-478104250-LG Vendor: 6.8 ATTACHMENTS All attachments to this IFB are incorporated herein and shall be submitted by responding in the Sourcing Tool. These attachments can be found at the following Vendor Forms link for reference purposes only: https://ncadmin.nc.gov/documents/vendor-forms The remainder of this page is intentionally left blank Ver: 11/2021 17 Bid Number IFB #17-478104250-LG Vendor: 7.0 ATTACHMENTS ATTACHMENT A: PRICING FURNISH AND DELIVER: Item # QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE 1 1 EACH 60’x20’x5’ fully equipment transport deck barge Per Specifications in Section 5.1 $ $ 2 1 EACH Warranty $ $ 3 1 EACH Shipping Cost $ $ TOTAL PRICE: $ __ _ ATTACHMENT B: INSTRUCTIONS TO VENDORS The Instructions to Vendors, which are incorporated herein by this reference, may be found here: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2020.pdf ATTACHMENT C: NORTH CAROLINA GENERAL TERMS & CONDITIONS The North Carolina General Terms and Conditions, which are incorporated herein by this reference, may be found here: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_12.2020.pdf ATTACHMENT D: LOCATION OF WORKERS UTILIZED BY VENDOR The Location of Workers Utilized by Vendor associated with this IFB is a separate document can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Location-of-Vendors-Located-Outside-the-United-States_01.2020.pdf ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION The Certification of Financial Condition associated with this IFB is a separate document that can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/CERTIFICATION-OF-FINANCIAL-CONDITION.docx ATTACHMENT F: CUSTOMER REFERENCE FORM The Customer Reference Form associated with this IFB is a separate document that can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Customer-Reference-Template_092020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-Instructions-to-Vendors_09.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_North-Carolina-General-Terms-and-Conditions_12.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Location-of-Vendors-Located-Outside-the-United-States_01.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/CERTIFICATION-OF-FINANCIAL-CONDITION.docx https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Customer-Reference-Template_092020.pdf Ver: 11/2021 18 Bid Number IFB #17-478104250-LG Vendor: ATTACHMENT G: HUB SUPPLEMENTAL SUPPLIER INFORMATION The Historically Underutilized Businesses (HUB) Supplier Information associated with this IFB is a separate document that can be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_HUB-Supplemental-Vendor-Information_9.2020.pdf ATTACHMENT H: VENDOR REQUEST FOR EO50 PRICE-MATCHING The Vendor Request for EO50 Price-Matching associated with this IFB is a separate document that be found at the following link: https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_Vendor-Price-Matching-Opportunity_01.2020.pdf https://files.nc.gov/ncdoa/pandc/OnlineForms/Form_HUB-Supplemental-Vendor-Information_9.2020.pdf AutoCAD SHX Text B AutoCAD SHX Text 2018 AutoCAD SHX Text by DeJong & Lebet, Inc. AutoCAD SHX Text info@dejongandlebet.com AutoCAD SHX Text Phone: (904) 399-3673 AutoCAD SHX Text Fax: (904) 399-1522 AutoCAD SHX Text 1393C-100 AutoCAD SHX Text JACOB CONNALLY AutoCAD SHX Text PROFILE & ARRANGEMENTS AutoCAD SHX Text Dwg. No. AutoCAD SHX Text Drawn By: AutoCAD SHX Text App'd By: AutoCAD SHX Text Checked By: AutoCAD SHX Text ABS App'l: AutoCAD SHX Text 1734 Emerson Street AutoCAD SHX Text www.dejongandlebet.com AutoCAD SHX Text Jacksonville, Florida 32207 AutoCAD SHX Text Title: AutoCAD SHX Text Date: AutoCAD SHX Text Date: AutoCAD SHX Text Scale: AutoCAD SHX Text USCG App'l.: AutoCAD SHX Text Sht. of AutoCAD SHX Text Alt. No. AutoCAD SHX Text 0 AutoCAD SHX Text 1 AutoCAD SHX Text 1 AutoCAD SHX Text 12" = 1'-0" = 1'-0" AutoCAD SHX Text Marine Engineers AutoCAD SHX Text Naval Architects AutoCAD SHX Text Surveyors AutoCAD SHX Text Consultants AutoCAD SHX Text nor possession thereof confers or transfers any right to reproduce, disclose or use in any manner this document in AutoCAD SHX Text In the event of a purchase of this document the purchaser is authorized to construct no more than one device in AutoCAD SHX Text This document discloses matter in which DeJong & Lebet, Incorporated has proprietary rights. Neither receipt AutoCAD SHX Text whole or in part or any information contained therein, except by written permission, or written agreement with De- AutoCAD SHX Text accord herewith, unless otherwise agreed to in writing by DeJong & Lebet, Incorporated. AutoCAD SHX Text Jong & Lebet, Incorporated. AutoCAD SHX Text PROPRIETARY RIGHTS AutoCAD SHX Text c AutoCAD SHX Text JANUARY 2, 2019 AutoCAD SHX Text C AutoCAD SHX Text A AutoCAD SHX Text B AutoCAD SHX Text C AutoCAD SHX Text A AutoCAD SHX Text 3 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 3 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text ANSI-D (24"x36") AutoCAD SHX Text 40'x18'x6.0' NCDOT DECK BARGE AutoCAD SHX Text 0 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 3 AutoCAD SHX Text 4 AutoCAD SHX Text 5 AutoCAD SHX Text 6 AutoCAD SHX Text 7 AutoCAD SHX Text 8 AutoCAD SHX Text 9 AutoCAD SHX Text 10 AutoCAD SHX Text 0 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 3 AutoCAD SHX Text 4 AutoCAD SHX Text 5 AutoCAD SHX Text 6 AutoCAD SHX Text 7 AutoCAD SHX Text 8 AutoCAD SHX Text 9 AutoCAD SHX Text 10 AutoCAD SHX Text PROFILE AutoCAD SHX Text PLAN AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 15x23 ACCESS HATCH AutoCAD SHX Text 6" SCHED 80 H-BITT AutoCAD SHX Text 6" SCHED 80 H-BITT AutoCAD SHX Text 6" SCHED 80 H-BITT AutoCAD SHX Text 6" SCHED 80 H-BITT AutoCAD SHX Text D-RING AutoCAD SHX Text D-RING AutoCAD SHX Text D-RING AutoCAD SHX Text D-RING AutoCAD SHX Text D-RING AutoCAD SHX Text D-RING AutoCAD SHX Text 6" SCHED 80 H-BITT AutoCAD SHX Text 6" SCHED 80 H-BITT AutoCAD SHX Text D-RING AutoCAD SHX Text D-RING AutoCAD SHX Text D-RING AutoCAD SHX Text D-RING AutoCAD SHX Text DECK BARGE PARTICULARS LOA: 40'-0" 40'-0" BEAM: 18'-0" 18'-0" DEPTH: 6'-0"6'-0" Brent Typewritten text 20 Brent Typewritten text 5 Brent Line Brent Line Brent Typewritten text 3 Brent Typewritten text 60' x 20' x 5' INLAND DECK BARGE Brent Line Brent Line Brent Line Brent Typewritten text PIPE CHAFFING RAIL Brent Typewritten text BOW Brent Typewritten text STERN Brent Typewritten text PORT SIDE VIEW PROFILE Brent Typewritten text DECK VIEW Brent Line Brent Line Brent Line Brent Line Brent Typewritten text PIPE CHAFFING RAIL Brent Line Brent Line brwilson2 Typewritten text 2 Brent Typewritten text 3 brwilson2 Typewritten text 6 AutoCAD SHX Text B AutoCAD SHX Text 2018 AutoCAD SHX Text by DeJong & Lebet, Inc. AutoCAD SHX Text info@dejongandlebet.com AutoCAD SHX Text Phone: (904) 399-3673 AutoCAD SHX Text Fax: (904) 399-1522 AutoCAD SHX Text 1393C-110 AutoCAD SHX Text JACOB CONNALLY AutoCAD SHX Text STRUCTURAL DETAILS AutoCAD SHX Text Dwg. No. AutoCAD SHX Text Drawn By: AutoCAD SHX Text App'd By: AutoCAD SHX Text Checked By: AutoCAD SHX Text ABS App'l: AutoCAD SHX Text 1734 Emerson Street AutoCAD SHX Text www.dejongandlebet.com AutoCAD SHX Text Jacksonville, Florida 32207 AutoCAD SHX Text Title: AutoCAD SHX Text Date: AutoCAD SHX Text Date: AutoCAD SHX Text Scale: AutoCAD SHX Text USCG App'l.: AutoCAD SHX Text Sht. of AutoCAD SHX Text Alt. No. AutoCAD SHX Text 0 AutoCAD SHX Text 2 AutoCAD SHX Text 1 AutoCAD SHX Text 12" = 1'-0" = 1'-0" AutoCAD SHX Text Marine Engineers AutoCAD SHX Text Naval Architects AutoCAD SHX Text Surveyors AutoCAD SHX Text Consultants AutoCAD SHX Text nor possession thereof confers or transfers any right to reproduce, disclose or use in any manner this document in AutoCAD SHX Text In the event of a purchase of this document the purchaser is authorized to construct no more than one device in AutoCAD SHX Text This document discloses matter in which DeJong & Lebet, Incorporated has proprietary rights. Neither receipt AutoCAD SHX Text whole or in part or any information contained therein, except by written permission, or written agreement with De- AutoCAD SHX Text accord herewith, unless otherwise agreed to in writing by DeJong & Lebet, Incorporated. AutoCAD SHX Text Jong & Lebet, Incorporated. AutoCAD SHX Text PROPRIETARY RIGHTS AutoCAD SHX Text c AutoCAD SHX Text JANUARY 2, 2019 AutoCAD SHX Text C AutoCAD SHX Text A AutoCAD SHX Text B AutoCAD SHX Text C AutoCAD SHX Text A AutoCAD SHX Text 3 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 3 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text ANSI-D (24"x36") AutoCAD SHX Text 40'x18'x6.0' NCDOT DECK BARGE AutoCAD SHX Text 0 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 3 AutoCAD SHX Text 4 AutoCAD SHX Text 5 AutoCAD SHX Text 6 AutoCAD SHX Text 7 AutoCAD SHX Text 8 AutoCAD SHX Text 9 AutoCAD SHX Text 10 AutoCAD SHX Text 0 AutoCAD SHX Text 1 AutoCAD SHX Text 2 AutoCAD SHX Text 3 AutoCAD SHX Text 4 AutoCAD SHX Text 5 AutoCAD SHX Text 6 AutoCAD SHX Text 7 AutoCAD SHX Text 8 AutoCAD SHX Text 9 AutoCAD SHX Text 10 AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text 516" PL MAIN DECK AutoCAD SHX Text 516" PL BOTTOMSHELL AutoCAD SHX Text 516" PL SIDESHELL AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text 516" PL SIDESHELL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text C5x6.7 CHANNEL AutoCAD SHX Text 516" PL MAIN DECK AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text 516" PL BOTTOMSHELL AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text 516" PL SIDESHELL AutoCAD SHX Text 516" PL MAIN DECK AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text 516" PL BOTTOMSHELL AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text 3x2x " L 316" L ON 18" CNTRS-TYP. AutoCAD SHX Text XVERSE SRUCTURAL DETAILS @ FR 1 SHOWN LKG FWD DETAILS @ FR 9 SIM. OPP. HAND AutoCAD SHX Text XVERSE SRUCTURAL DETAILS @ FR 5 SHOWN LKG FWD DETAILS @ FRS. 2, 4, 6 & 8 SIMILAR 6 & 8 OPP. HAND AutoCAD SHX Text 14" PL W.T. BHD @ FR 3 PL W.T. BHD @ FR 3 W/ 3x2x " L STIFFENERS ON 18" CNTRS 316" L STIFFENERS ON 18" CNTRS SHOWN LKG FWD DETAILS @ FR. 7 SIMILAR OPP. HAND AutoCAD SHX Text 516" PL MAIN DECK PL MAIN DECK W/ 3x2x " L STIFFENERS ON 18" CNTRS 316" L STIFFENERS ON 18" CNTRS UNLESS OTHERWISE NOTED AutoCAD SHX Text 516" PL BOTTOMSHELL PL BOTTOMSHELL W/ 3x2x " L STIFFENERS ON 18" CNTRS 316" L STIFFENERS ON 18" CNTRS UNLESS OTHERWISE NOTED AutoCAD SHX Text KNUCKLE AutoCAD SHX Text KNUCKLE AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 6" BITT AutoCAD SHX Text TYPICAL XVERSE SECTION IWO PIPE BITTS AutoCAD SHX Text 12" PL GUSSET AutoCAD SHX Text 12" PL DBLR AutoCAD SHX Text 12" DIA. 12" PL DBLR IWO D-RING AutoCAD SHX Text 12" DIA. 12" PL DBLR IWO D-RING AutoCAD SHX Text 12" DIA. 12" PL DBLR IWO D-RING AutoCAD SHX Text 12" DIA. 12" PL DBLR IWO D-RING AutoCAD SHX Text 12" DIA. 12" PL DBLR IWO D-RING AutoCAD SHX Text 12" DIA. 12" PL DBLR IWO D-RING AutoCAD SHX Text 2" FLG AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 3x2x " L 316" L ON 16" CNTRS-TYP. AutoCAD SHX Text 3x2x " L 316" L ON 16" CNTRS-TYP. AutoCAD SHX Text 3x2x " L 316" L ON 16" CNTRS-TYP. AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL W.T. BHD AutoCAD SHX Text 516" PL N.T. BHD AutoCAD SHX Text 3x2x " L 316" L ON 16" CNTRS-TYP. AutoCAD SHX Text 3x2x " L 316" L ON 16" CNTRS-TYP. AutoCAD SHX Text 3x2x " L 316" L ON 16" CNTRS-TYP. Brent Line Brent Line Brent Line Brent Line Brent Typewritten text COLLISION BULKHEAD Brent Typewritten text Brent Typewritten text 1/4" PL ON 5' CNTRS Brent Typewritten text 1/4" PL Brent Typewritten text W.T. BHD brwilson2 Line brwilson2 Line brwilson2 Typewritten text (LENGTHWISE) brwilson2 Typewritten text (LENGTHWISE) Brent Typewritten text COLLISION BULKHEAD brwilson2 Line brwilson2 Typewritten text 2 Brent Typewritten text 60' x 20' x 5' INLAND DECK BARGE

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Tug and Barge Services – Aids to Navigation

Due: 29 Apr, 2024 (in 2 days)Agency: Department of Public Works and Government Services (PSPC)

E-CRRC PRODUCTION HULL ONLY. THE PRODUCTION HULL IS FOR E-CRRC INFLATABLE BOATS.

Due: 04 Aug, 2024 (in 3 months)Agency: DEPT OF DEFENSE

Design and Manufacture of a Training Boat and a Barge

Due: 02 May, 2024 (in 5 days)Agency: State of Texas

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.