Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2016 FBO #5322
SOURCES SOUGHT

19 -- Hydraulic Dredge

Notice Date
6/17/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS01254
 
Archive Date
7/31/2016
 
Point of Contact
Denise G. Hinds, Phone: 702-293-8459
 
E-Mail Address
dhinds@usbr.gov
(dhinds@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis for acquisition planning purposes only. No formal solicitation for this item exists at this time. The responses to this sources sought posting will be used as Market Research to determine the Bureau of Reclamation's overall procurement strategy. All eligible and qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the technical level of expertise as well as administrative and management capability to perform the effort described below. Based upon the response to this announcement and capability statement, the Government may determine to set this acquisition aside, proceed with an unrestricted solicitation, or decide on alternative procurement strategy. The Bureau of Reclamation, Lower Colorado Region has a requirement for a completed hydraulic dredge and associated ancillary equipment. The capabilities of the dredge include removing and disposing of all materials (except large stone, rock fragments, or other objects which cannot be removed by a hydraulic dredge). Materials to be removed include but are not limited to fine to coarse sand, silty sand, silt, sandy silt, clay, and gravels. The dredge shall comply with US Coast Guard Regulations, other Federal, State, and local laws, regulations, and standards pertinent to the construction of the subject equipment, including those pertaining to water, air, and noise pollution. Minimum requirements for the dredge include the following: 1. Portable diesel powered swinging ladder cutter suction dredge 2. Digging depth - minimum 5' ; maximum 20' 3. Maximum dimensions (swing ladder configuration) - 90' long by 30' side 4. Cutter head with removable teeth 5. Two independent, hydraulically driven swing winches for the conversion of the dredge to convention operation mode. 6. Two independent, hydraulically driven anchor boom winches with hydraulic circuit for the conversion of the dredge to conventional operation mode. 7. Stern job crane for discharge hose 8. Flow meter and flow meter package with PCL programming that works in conjunction with suction valve. 9. Density meter with output that is displayed on the operator's console in production data and velocity. The data shall be stored in the PCL system of the dredge and can be easily retrievable by the equipment manager. 10. Air compressor capable of 12.5 CFM 2 175 pounds per square inch (PSI), 200 amp dual voltage arc welder, and 5kw marine generator Center Hull Tank: 1. Welded steel construction 2. Designed to A.B.S. River Rules 3. 3/16" minimum hull thickness 4. Must include watertight manhole covers 5. Four lifting lugs suitable for lifting the entire dredge 6. Must include a gantry crane capable of lifting slurry pump door and impeller 7. Service water intake to be at the stern of the dredge Side Hull Tanks: 1. Manufactured with welded steel construction 2. Side hull tanks must be demountable from the center hull tank using an external bolting system 3. 3/16" minimum thickness for shell plates 4. Fuel capacity of 700-1000 gallons 5. Must include watertight manhole covers 6. Four minimum deck cleats mounted onboard for each side hull tank 7. Four lifting lugs Dredge Pump and Piping: 1. 14in pump inlet and discharge 2. Must include a packed stuffing box with a replaceable stainless steel packing sleeve 3. Minimum 3 blade impeller 4. Piping must include a flanged suction cleanout at the suction side of the pump 5. Piping to include suction relief valve Diesel Engine: 1. Single diesel engine system 2. Engine with cooling system capable of maintaining normal operating temperature at an ambient temperature of 120 degrees. 3. Engine must be operable from lever room 4. Engine compartment will include a fire suppression system 5. The dredge pump and engine areas must be sound attenuated, enclosed and ventilated Cutter Head and Dredging Ladder 1. Cutter head diameter of 42 to 44 inches with removable teeth 2. Cutter head must be have reversible operation 3. Ladder must be built to most current ASTM A-36 welded steel ladder frame construction regulations 4. Ladder must include a metal cover walking surface Spuds and Anchor Booms: The dredge shall include a spud assembly that advances the dredge to position for the next cut. It shall include the following: 1. Hydraulic winch hoist operated 2. Each spud must include a hydraulic planetary hoist winch with automatic brakes with hoist and lowering ropes 3. Winches must power up, power down, hold position and include jacking capability to stabilize the hull during dredging operations 4. All spud wells will be fitted with removable, hinged gates for ease of removal. 5. Must include anchor booms 6. Interchangeable front spuds or anchor booms must be included and determined by the dredging mode (swinging ladder or conventional) Hydraulic System: The hydraulic system will include electronically controlled circuits for cutter and winch operation. Circuits shall be protected by return filters and relief valves. The system shall include the following: 1. Circuitry shall be protected with relief valves and return filters 2. All functions will include forward, reverse, and speed control 3. Must operate using Bureau approved hydraulic fluid: SEA BLUE(TM) 68. 4. Maintain enough oil boom aboard dredge or in the immediate area to prevent contaminates from moving down steam more than 2 miles from spill point. 5. High pressure hydraulic controls shall be outside of the operator compartment. Lighting System: The dredge will be operated at night and will require the following lighting systems. 1. The lever room will include a minimum two LED dome light 2. The pump room will have a minimum of six LEX lights 3. Two LED Flood Lamps mounted on the rear of the dredge (Engine Compartment) 4. Dredge must include a 360 degree spotlight to be operated by a joystick in the operator compartment 5. Four external lever room mounted LED flood lights 6. All lighting shall be DC operated Lever Room: The lever room shall provide the operator with an ergonomic and user-friendly interface for dredge operation. It shall include the following: 1. Shall be constructed using current ASTM A-36 steel construction 2. Operator's chair will be deluxe version and will include adjustable positioning 3. All windows will be made of tinted, shatterproof safety glass 4. Lockable doors 5. The operating compartment shall be equipped with a cooling and heating system capable of maintaining an inside temperature of 65 degrees Fahrenheit with outside ambient temperature ranging between 15 to120 degrees Fahrenheit. 6. Must provide 110 V, 15 amp service in lever room 7. Fabric shade structure between the pilot house and engine room. Capability statements are to be submitted no later than June 24, 2016 at 4:00 p.m. Pacific Daylight time. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to supply a functional dredge with the minimum requirements as stated. Packages should include the following information: (1) Business name, address, business size, and type (8)(a), HUBZone, Service Disabled Veteran, Small Business, Large Business, etc., and point of contact to include e-mail address and telephone number; (2) Demonstration of the firm's experience shown by providing a list of two or more actual dredges of the approximate equal size completed within the past five years. When it is determined that a formal solicitation will be issued, a notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps.gov/. The applicable North American Industry Classification System (NAICS) code is 336611 - Ship Building and Repairing and the related small business size standard is 1,250 employees. The product/service code is 1955 - Dredges. Registration with System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov. All responses to this sources sought notice shall be provided to Denise G. Hinds, Contract Specialist, via e-mail to: dhinds@usbr.gov or via mail Bureau of Reclamation, Attention: Mail Code: LC-10306, P. O. Box 61470, Boulder City, NV 89006-1470.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dee1b0afee979ce30950e72ea46b8d8a)
 
Place of Performance
Address: Laguna Field Office, Bureau of Relcamation, Rt 1, 2400 Imperial Road, Winterhaven, California, 92283, United States
Zip Code: 92283
 
Record
SN04153967-W 20160619/160617234528-dee1b0afee979ce30950e72ea46b8d8a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.