SOURCES SOUGHT
J -- Shipyard Services to Execute Dredge Hurley Repower
- Notice Date
- 11/2/2023 7:35:04 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
- ZIP Code
- 19103-0000
- Solicitation Number
- W912BU24X3127
- Response Due
- 11/17/2023 11:00:00 AM
- Archive Date
- 12/02/2023
- Point of Contact
- Michael J. Hunter, Brooke Patterson
- E-Mail Address
-
michael.j.hunter@usace.army.mil, brooke.l.patterson@usace.army.mil
(michael.j.hunter@usace.army.mil, brooke.l.patterson@usace.army.mil)
- Description
- Description: Procurement of Shipyard Services to Execute Dredge Hurley Repower This is a Sources Sought Notice and is for INFORMATION PURPOSES ONLY.� This IS NOT a REQUEST for PROPOSALS, QUOTATIONS, or BIDS.� Responses to this request will not be returned.� Not responding to this sources sought does not preclude participation in any future and potential solicitation.� It is the intent of the USACE Philadelphia Contracting Office to use this information for market research purposes only.� This market research survey is being conducted to determine the interest of industry within NAICS Code #336611 and establish that there are adequate Large and/or Small Business (including HUBZone, 8(a), Woman Owned, or Service Disabled Veteran Owned Small Business) contractors for executing the Dredge Hurley Repower work.� The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information.� If a formal solicitation is released, it will be issued via https://www.sam.gov. The Marine Design Center of the U.S. Army Corps of Engineers intends to procure services to execute the repowering of dredge Hurley. The Dredge Hurley is a diesel electric dustpan dredge which dredges the Mississippi River in the Memphis area. The dredge was designed to operate on two generators with a third on standby. To be compliant with current EPA emission rules, the dredge was approved to be repowered. Principal Vessel Characteristics: Length over all (LOA) ________________________348 feet 6 Inches ( 348.50 feet) Length between Perpendiculars (LBP) ____________348 feet 0 Inches ( 348.00 feet) Breadth (Molded), ____________________________58 feet 0 Inches ( 58.00 feet) Depth, amidships (Molded), to Main Deck at Side __________ 11 feet 0 Inches ( 11.00 feet) (Est) Summer Freeboard Draft, from molded baseline ________7 feet 8 1/8 Inches ( 7.68 feet) Design Displacement, fresh water (from GHS at 7' DWL) _____3151 LT A conceptual design was completed in 2018 and three (3) diesel generator sets are being procured as Government Furnished Equipment (GFE) as part of the repower efforts. A final design package that includes weight estimate, foundation design drawings, general arrangement, machinery arrangement drawings, piping arrangement drawings, rip out/removal plans, electrical power system modification drawings, and monitoring, control, and alarm system modification drawings will be provided. The period of performance will be 8 months. There will be Liquidated Damages associated with this procurement. Bonding will be required. All interested Small Businesses, including certified HUBZone, 8(a), Women-Owned Small Business, or Service-Disabled Veteran Owned Business contractors, should respond to this survey by email on or before 17 Nov 2023 at 2:00 PM EDT. Responses should include: Company name Unique Entity ID CAGE Code Type of business concern (small business, large business, etc.) Years in business Bonding Capacity Statement of capability and qualifications of the organization to perform the requirement Descriptions of Experience � Interested shipyards must provide no more than (3) example projects completed, or significantly completed (i.e. 95%) in the past 5 years where the interested firm served as the prime contractor.� Example projects must be of similar size and scope. Based on the information above, for each project submitted, include: Current percentage of project completion and the date it was or will be completed. Scope of the project. Size of the project. The dollar value of the contract and whether it was design-bid build or design-build. The percentage of work that was self-performed. Identify the number of subcontractors utilized for each project. Each project must include the name, title, project role, e-mail address, and telephone number of each reference.� References may be used to verify project size, scope, dollar value, percentages, and quality of performance. NOTE: Total submittal package shall be no longer than 5 pages.� Please only include a narrative of the requested information; additional information will not be reviewed. Responses should be submitted electronically via e-mail to: Michael Hunter Contract Specialist Michael.j.hunter@usace.army.mil All responses shall be received on or before 17 Nov 2023, 2:00 PM EDT
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/098500c990d5453f96a29e8f99dd46e7/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06875143-F 20231104/231102230052 (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 |