SOURCES SOUGHT
19 -- 3 Stack Stop Log Barge
- Notice Date
- 4/26/2023 12:23:29 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-LOGB
- Response Due
- 5/10/2023 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 one 3 Stack Stop Log Barge Response date: May 10, 2023 Place of performance: TBD Description:� 3 Stack Stop Log Barge 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 Philadelphia District of the Corps of Engineers on behalf of the Marine Design Center intends to procure a - 3 Stack Stop Log Barge.� Upon completion, the barges will work with the US Army Corps of Engineers Mobile District in shallow rivers within the Mobile District area of responsibility to include all lock and dam structures. The Government is issuing this Request for Information (RFI) to identify resources available to fabricate, test, and deliver a complete 3 Stack Stop Log Barge.� The barge to be supplied shall be new with the following approximate characteristics: American Bureau of Shipping (ABS) �Rules for Building and Classing Steel Vessels for Service on Rivers and Intracoastal Waterways.� International Association of Classification Societies (IACS) No. 47: �Shipbuilding and Repair Standard� (October 2017). U.S. Coast Guard Regulation 46 CFR Subchapter S � �Subdivision and Stability�. Length:����������� ����������������������� 150 feet Beam:������������ ����������������������� 50 feet Depth:������������ ����������������������� 7 feet � 0 inches (molded at the sides) Bow:�������������� ����������������������� Raked Stern:������������������������������������� Raked Stop Log Channels: �������������� 3 The vessel will also be a key component in the transportation of stop logs for replacement or repair. The barges will primarily carry 3 stacks of 6 stop logs (18 total). The stop log 3 stack assembly consists of 15 standard logs, 3 heavy logs, and 1 pickup beam. The standard logs are 115�-4� x 5�-1/4� x 6�-9.25� x 11�-4.1875� and weigh 65,000 lbs each. The heavy logs are 115�-4� x 5�-1/4� x 11�-4.1875� and weigh 68,700 lbs each. The pickup beam is 115�-5� x 5�1/4� x 6�-9.25� and weighs 27,000 lbs. In the full load condition, the barge shall meet a one compartment damaged stability standard where with any one compartment damaged: ����������� The equilibrium waterline shall remain above the deck edge. ����������� Maintain positive righting arm in the equilibrium condition. The barge shall be classed by ABS, �Maltese Cross A-1 Barge, River Service with Reinforcement B notation.� The barge will not be inspected, or certificated, by the U. S. Coast Guard. The barge shall receive ABS statement of fact for a main deck load rating of 1,000 PSF. Completed barge will be delivered to:���������� John C. Stennis Lock and Dam (River Mile 334.7)������������������������������������������������������������� ����������� 4973 West Plymouth Road Columbus, MS 39701 The period of performance is 20 months. There will be Liquidated Damages associated with this procurement. Bonding will be required. 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. Projects similar in size and scope to this project include: ABS Classed vessels Construction of stop log barges 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: Amanda Bellnier Contract Specialist Amanda.Bellnier@usace.army.mil All responses shall be received on or before 10 May 2023, 3:00 PM EDT Contracting Office Address: 1600 Arch Street Philadelphia, PA� 19103
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe646977a3ba47cc9c6c881fda88cc33/view)
- Record
- SN06663735-F 20230428/230426230112 (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 |