Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOURCES SOUGHT

J -- Murden Shipyard Repair Services Sources Sought Notice

Notice Date
5/16/2023 6:50:22 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM23Q0031
 
Response Due
5/25/2023 1:00:00 PM
 
Archive Date
12/31/2023
 
Point of Contact
Terri Adams, Rosalind M. Shoemaker, Phone: 9102514436
 
E-Mail Address
terri.m.adams@usace.army.mil, rosalind.m.shoemaker@usace.army.mil
(terri.m.adams@usace.army.mil, rosalind.m.shoemaker@usace.army.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � SOURCES SOUGHT NOTICE � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �FOR � � � � � � � � � � � � � � � � � � � � � �MURDEN SHIPYARD REPAIR SERVICES This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to provide the Dredge �Murden� with up to (30) days of Shipyard Repair Services to accomplish all American Bureau of Shipping (ABS) required inspections, repairs, and maintenance items.� The major work scope includes dry-docking the vessel, hull repairs, engine repairs, assisting with ABS and United States Coast Guard (USCG) required inspections, and miscellaneous modifications and repairs Home Port Wilmington, NC Type Seagoing Hopper Dredge, steel construction, side drags (port & stbd) full diesel, twin screw, twin rudder Builder CONRAD Industries, Morgan City, LA Year Built 2011 Hull # OFFICIAL# 1235517 / IMO# C-896 ABS / USCG Rating ABS / USCG Construction Steel Hull, Aluminum House Length (LOA) 156'-0"" / 47.5 m Beam, Molded 35'-0"" / 10.7 m Beam, Overall 46'-0"" / 14.0 m Draft, Light 4.5'-0"" / 1.4 m Draft, Loaded 8.5'-0"" / 2.6 m Hopper Capacity / Load 512 cubic yards / 391.5 cubic meters Fuel Capacity / Type 14,500 gallons / Diesel Speed, Light 10 knots (11.5 mph) Speed, Loaded 7 knots Main Propulsion Engines (2) CUMMINS QSK19-M / 760hp @ 2,100 RPM (Tier II) Main Propulsion Units (2) ZF/HRP Model 4111 Stern Drives w/ 2050 Gears Generator Engines (2) CUMMINS QSM11-DM /� 250KW, 480V All interested firms with 336611 as an approved NAICs code have until 25 May 2022 at 1600 EST to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Evidence of capabilities to perform comparable work of shipyard repairs on ABS classed vessels, similar in size to the Dredge Murden. The contractor must provide evidence of comparable work on three (3) recent projects greater than $500,000.00 in value (not more than seven (7) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Documentation of an ABS certified shipyard - Capability to perform at least 50% of the required work, in-house. - Water Depth. Ensure that water depth is sufficient at the pier to ensure the vessel's lowest underwater appendage clears the bottom by at least two feet at Mean Low Water (MLW) conditions for tidal rivers and other navigable waterways. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. Responses to this Sources Sought Announcement will be used by the government to make appropriate acquisition decisions. All interested businesses, regardless of size should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity, details of similar projects, and the completion dates, references and contract amounts for the similar projects listed. Narratives shall be no longer than 30 pages.� The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Rosalind M. Shoemaker and Terri M. Adams E-mail: rosalind.m.shoemaker@usace.army.mil and terri.m.adams@usace.army.mil The email should be titled: Murden Shipyard Repair Services THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99199f8d85ec4972b62195b2d2d0b207/view)
 
Record
SN06684595-F 20230518/230517212027 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.