Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2024 SAM #8403
SOURCES SOUGHT

19 -- 3389 LCHD-ESS Large Class Hopper Dredge

Notice Date
11/27/2024 11:05:03 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
W912BU25X3389
 
Response Due
12/18/2024 12:00:00 PM
 
Archive Date
01/02/2025
 
Point of Contact
Michael J. Hunter, Katie Sayers
 
E-Mail Address
michael.j.hunter@usace.army.mil, Katie.L.Sayers@usace.army.mil
(michael.j.hunter@usace.army.mil, Katie.L.Sayers@usace.army.mil)
 
Description
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 notice does not preclude participation in any future potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. The Government is issuing this Request for Information (RFI) to identify the resources available and interested parties to design, build, test, and deliver one Large Class Hopper Dredge (LCHD) to replace the existing hopper dredge ESSAYONS. This is to determine the interest of industry within NAICS code #336611 and to establish that there are adequate Large and/or Small Business (HUBZONE 8(a) or Service-Disabled Veteran Owned Small Business) contractors for providing a Large Class Hopper Dredge ESSAYONS (LCHD-ESS) that complies the Merchant Marine Act of 1920, commonly known as the Jones Act. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. At this time, it is anticipated that a solicitation for the LCHD-ESS will be released on or about March 2026 via the System for Award Management (SAM.gov). The United States Army Corps of Engineers (USACE) maintains a minimum dredging fleet pursuant to Public Law (PL) 95-269 (1978). The U.S. Army Corps of Engineers Marine Design Center (MDC) intends to procure one new LCHD for the USACE minimum fleet. The new LCHD-ESS will replace Portland District�s existing hopper dredge ESSAYONS. Procurement Characteristics The Government is considering applying the following procurement characteristics presented below: A �firm-fixed-price� contract with Economic Price Adjustment (FFP-EPA). A best value tradeoff (BVTO) methodology. Technical and non-technical factors will be evaluated within a formal source selection process. Projected Schedule: Solicitation to be advertised on or about March 2026. Projected contract award to be no later than March 2028. Vessel to be placed in service no later than QTR 2 of FY 2032. Performance and Payment Bonding will be utilized as part of this procurement. To foster competition and encourage contractor participation, the Government is evaluating the use of Stipends as part of the acquisition strategy. Stipends will be afforded to an Offeror that completes the source selection process in its entirety and provides a technically acceptable proposal, but who was not selected for award. To help create an equitable distribution of risk, the Government is also considering the potential use of an economic price adjustment clause as part of the contract once under award to address commodity pricing uncertainty over the life of the contract. The Government is also evaluating the use of a payable event schedule comprised of progress payments tied to milestone verified progress. Operational, Regulatory, & Design Requirements: Operational Requirements: Designed for unrestricted ocean operation. Able to transit to Alaska and/or Hawaii from Portland, OR. Vessel Power and Dredging Depth: The LCHD-ESS will be designed with the performance, power, and equipment necessary to dredge 85 feet in depth, including dredging during high water season with significant (7 knot) currents. Capacity: The LCHD-ESS will have a hopper capacity (to maximum overflow height) of 6,500 cubic yards. Hopper Doors: Industry standard hopper doors will be employed with modern bottom sensing technology to provide for safe unloading in shallow water conditions. Hopper Pump-Out: Over-Bow hopper pump out will be provided consistent with current commercial designs. Functional Requirements: The LCHD-ESS will be designed to house 26 personnel. The design will allow sufficient tankage and storage space for consumables to support combined dredging and free sailing operations for 18 days, 24 hours a day, 7 days week. Vessel transit speed, with no hopper load, will be 14 Knots. These requirements will allow the LCHD-ESS to respond to missions effectively and efficiently along the West Coast. Design will be able to support four (4) environmental fish observers during operations along the West Coast. Warranty: A one-year warranty period is required following final acceptance and delivery to Portland, OR. Regulatory Requirements: American Bureau of Shipping (ABS): The LCHD-ESS will be ABS classed and will also be assigned a Load Line Certificate issued by ABS. U.S. Coast Guard (USCG): The LCHD-ESS will be USCG certificated under the requirements of 46 CFR Subchapter I. Vessel Design Requirements: The best value tradeoff methodology will value design development that have been based upon proven-in-service hopper dredge designs and proven-in-service dredge features. Environmentally compliant to meet all current standards for vessel design and operations. California Air Resources Board (CARB) compliance with greenhouse gas reduction accomplished by improved propulsion and dredging efficiency providing direct reduction in fuel consumption and greenhouse gas emissions. Energy efficient to conserve energy and reduce operating costs. Submission Requirements for the Sources Sought Response: All interested business concerns for this requirement shall provide the following information when responding to this RFI: Business Name interested Offeror Unique Entity ID Type of business concern: large business or small business (please identify type of small business). If applicable, speak to likelihood of going from small to large business prior to 2028. Years in business Performance and Payment Bonding will be required. Please provide any feedback, concerns, and/or recommendations regarding bonding to be considered by the Government. From the last ten years (10), please list all similar sized ocean-going Trailing Suction Hopper (TSH) dredge vessels the Offeror�s organization has designed and/or constructed in the United States. Regarding sizing of facility, indicate the ability to construct an ocean-going vessel between 300 and 400 feet in length and provide specifics of previous builds over 300 feet in length within the last ten years (10) in the United States. Provide a narrative statement of capability and qualifications of the Offeror and its team to perform the requirement outlined in this source sought notice (Design, Build, Test, & Deliver the LCHD-ESS). Does the Offeror have the facilities and staffing capabilities to complete this project? Do you see any concerns associated with hopper dredge design and dredge equipment supply? Provide a list of any issues, concerns, and/or recommendations for the Government to consider with this procurement. Does the Offeror recognize any risks to industry that the Government should be aware of? **The North American Classification System (NAICS) codes for this acquisition is #336611. ** ** EACH SUBMISSION SHOULD NOT EXCEED 30 PAGES TOTAL (One Sided) ** Notice to potential contractors: All Offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website www.sam.gov. Additionally, 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 located at https://www.vetbiz.va.gov/. Responses should be submitted electronically via e-mail to: Michael Hunter Section Chief � Marine Services Contracting Officer Philadelphia (NAP) District U.S. Army Corps of Engineers Office: (215) 656-6482 Email: michael.j.hunter@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2263f6a6de648529b5349f6c8416221/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07277494-F 20241129/241127230110 (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.