SOURCES SOUGHT
99 -- Two (2) 2400 HP Towboats for USACE New Orleans
- Notice Date
- 2/28/2023 12:57:57 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19106-3400 USA
- ZIP Code
- 19106-3400
- Solicitation Number
- W912BU-23-B-BEIN
- Response Due
- 3/15/2023 12:00:00 PM
- Point of Contact
- Amanda Bellnier, Robert W. Hutcheon, Jr.
- E-Mail Address
-
amanda.bellnier@usace.army.mil, robert.w.hutcheon@usace.army.mil
(amanda.bellnier@usace.army.mil, robert.w.hutcheon@usace.army.mil)
- Description
- U.S. Army Corps of Engineers, Philadelphia District Action Code: Sources Sought Subject: Procurement of Two (2) 2400 HP Towboats for the New Orleans District Response date: March 15, 2023 Place of performance: TBD Description: 2400 HP Towboats (2) This is a Sources Sought Notice and is for INFORMATION & MARKET RESEARCH 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 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 to establish that there are adequate large and/or small business contractors for providing the marine work described below. 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 the System for Award Management (SAM) (http://www.sam.gov). The Marine Design Center of the U.S. Army Corps of Engineers intends to procure Two (2) twin screw towboats. Principal Characteristics for each vessel: ABS Class Dimensions: Length������....65� Beam�������..26� Draft�������...5�2� Depth �������.8�6� Minimum Air Draft��35�1� Steel hull Two main propulsion engines, 2400 HP each, conventional propulsion Electrical system powered by two generator sets Berthing for 10-person crew � Two single staterooms with private heads, four double staterooms with shared heads. Bid bond and payment and performance bond will be required. All interested business concerns for this requirement may submit the following: Company name DUNS number CAGE Code Type of business concern (small business, large business, etc.) Years in business Statement of capability and qualifications of the organization to perform the requirement List of similar projects worked on over the past 5 years and services provided on those projects. The North American Classification System (NAICS) code for this acquisition is 336611. ** EACH SUBMISSION SHOULD NOT EXCEED 5 PAGES TOTAL** 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 https://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://vip.vetbiz.gov. Responses should be submitted electronically via e-mail to: Amanda Bellnier at Amanda.bellnier@usace.army.mil All responses shall be received on or before: 3:00pm on March 15, 2023
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/478602f1394047f793a517c8df0cb558/view)
- Record
- SN06604568-F 20230302/230228230113 (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 |