SOURCES SOUGHT
19 -- 3424 CELRC KENOSHA Tug Replacement
- Notice Date
- 2/26/2025 5:23:05 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
- W912BU25X3424
- Response Due
- 3/19/2025 12:00:00 PM
- Archive Date
- 04/03/2025
- Point of Contact
- Michael J. Hunter
- E-Mail Address
-
michael.j.hunter@usace.army.mil
(michael.j.hunter@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 does not preclude participation in any future and potential solicitation. It is the intent of the Contracting Office to use this information for market research purposes only. The 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 (HUBZONE 8(a) or Service Disabled Veteran Owned Small Business) contractors for providing a new crane barge. 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 via thewww.SAM.gov website. The Philadelphia District of the Corps of Engineers on behalf of the Marine Design Center intends to procure one new tug boat for the Chicago District. The Government is issuing this Request for Information (RFI) to identify resources available to fabricate, test, and deliver a complete tug boat. Upon completion, the vessels will work with the US Army Corps of Engineers Chicago District. The vessels to be supplied shall be a new tug boat with the following approximate characteristics: Built and classed by the American Bureau of Shipping (ABS) as Maltese Cross A-1 Towing Vessel, Great Lakes Service with Maltese Cross AMS The new tugboat will meet USCG subchapter M requirements Length: 80 feet (Molded) Beam: 28 feet (Molded) Hull Depth at Midships 12 feet (Molded) Design Waterline: 8 feet 6 inches Eye Height Greater than 20� Crew/Berthing: Three (3) Operating temperate ranges from 5 degrees F to 100 degrees F Total Horsepower: 1600 HP The vessel shall have a deckhouse with galley/mess, berths, and sanitary facilities for crew of three, pilothouse, electronics space, machinery space, and engine room. The vessels� electrical system shall be supported by two main generators and a shore generator. The vessel shall be provided with heating, air conditioning, and ventilation. Delivery of the finished vessels shall be to USACE, Chicago, Illinois. The Government intends to provide an ABS Approved (Engineering review) Contract Design for the shipyard to develop a production design and build one tug boat. There will be Liquidated Damages associated with this procurement. Bonding will be required. Contract duration is estimated at 745 calendar days. All interested Small Businesses should respond to this survey by email on or before 19 March 2025 at 3:00PM EST. Responses should include: Identification of the company�s small business status. Contractor�s Unique Identifier Number and CAGE Code(s). Documentation showing the firm�s current single and aggregate performance and payment bond limits. 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. Projects similar in size and scope to this project include: ABS Classed vessels Meets USCG subchapter M requirements Construction of tugboats of at least 1600 HP 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. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 50% of the cost of the contract with the firm�s own employees for a supply-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81c31122de6c4b03b9394801e9ef298d/view)
- Record
- SN07355014-F 20250228/250226230044 (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 |