SOURCES SOUGHT
99 -- MDC 3489 CELRE FLOATING CRANE
- Notice Date
- 3/10/2025 5:54:40 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
- W912BU25X3489
- Response Due
- 3/25/2025 10:00:00 AM
- Archive Date
- 04/09/2025
- Point of Contact
- Domenic Sestito, Michael J. Hunter
- E-Mail Address
-
domenic.l.sestito@usace.army.mil, michael.j.hunter@usace.army.mil
(domenic.l.sestito@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 SAM.gov. The Philadelphia District of the Corps of Engineers on behalf of the Marine Design Center intends to procure one (1) new floating crane for Great Lakes Service. The Government is issuing this Request for Information (RFI) to identify resources available to fabricate, test, and deliver a complete floating crane. Upon completion, the floating crane will work with the US Army Corps of Engineers Sault Ste Marie Project Office on the Upper Great Lakes and in and around the Soo Locks. The barge to be supplied shall be new floating crane with the following approximate characteristics: Built and classed by the American Bureau of Shipping (ABS) as Maltese Cross A-1 Barge for Great Lakes Service, with �Crane Register Certificate (CRC)� The new floating crane will be issued a Great Lakes Load Line Principle Characteristics: Length: 300 feet Beam: 74 feet Depth, at CL: 14 feet 4 inches Camber: 4 inches Steel Hull A Government furnished design package will be provided to the contractor. Additionally, a Government furnished crane (Government Furnished Equipment- GFE) will be provided during the barge�s construction and the contractor shall install the crane onboard the barge in accordance with the design package. The crane manufacturer is Seatrax, contract number W912BU24C0041. The vessel shall have a deckhouse with a shop, engineers control room, office, mess/galley, winch control room, berthing, and sanitary facilities. The vessel shall have a pump room, machinery space, electrical shop, hydraulic shop, pump room, and rigging room. The deck shall have a 126 foot long reinforced area designed for 2900PSF loading, and a deck load capacity of 1000 PSF everywhere else. The vessel�s electrical system shall be supported by two generators and one harbor generator. Four spuds, four spud winches, and eight barge winches shall also be provided on the vessel. The vessel shall have heating, air conditioning, and ventilation. Delivery of the finished barge shall be to the Soo Locks, Sault Ste Marie, Michigan. Due to the air draft of the vessel, delivery up the Mississippi River with the floating crane in a completed condition will not be possible. The floating crane will have to enter the Great Lakes via the St. Lawrence Seaway unless it is constructed/finalized on the Great Lakes. There will be Liquidated Damages associated with this procurement. Bonding (bid, performance and payment) will be required. The amount of bonding is to be determined and will not exceed 20%. Contract duration is estimated at 745 calendar days. All interested Small Businesses, certified HUBZONE, 8A, Women-Owned Small Businesses, or Service-Disabled Veteran Owned Business contractors should respond to this survey by email on or before (ASSIGN DATE) and (ASSIGN TIME). 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. Bonding capabilities. Projects similar in size and scope to this project include: ABS Classed vessels Construction of vessels of at least 200 feet long 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. 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: Domenic Sestito Contract Specialist Domenic.L.Sestito@usace.army.mil Office Phone: 215-656-6454 All responses shall be received on or before 25 March 2025, 1:00 PM EST. Contracting Office Address: 1650 Arch Street Philadelphia, PA 19103 United States
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e630b5a9f38c43f3b84bfc97afaa05be/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07367168-F 20250312/250310230049 (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 |