SOURCES SOUGHT
19 -- CELRE Three Deck Barges
- Notice Date
- 11/6/2023 9:44:21 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
- W912BU24X3383
- Response Due
- 11/17/2023 11:00:00 AM
- Archive Date
- 12/02/2023
- Point of Contact
- Michael J. Hunter, Brooke Patterson
- E-Mail Address
-
michael.j.hunter@usace.army.mil, brooke.l.patterson@usace.army.mil
(michael.j.hunter@usace.army.mil, brooke.l.patterson@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 new cargo barges.� 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 www.SAM.gov website. The Philadelphia District of the Corps of Engineers on behalf of the Marine Design Center intends to procure three complete cargo barges.� Upon completion, the barges will work with the US Army Corps of Engineers Detroit District, Sault Ste Marie Project Office on the Upper Great Lakes and in and around the St Marys River and Soo Falls Canal as well as the Detroit District Duluth Project Office. The Government is issuing this Request for Information (RFI) to identify resources available to fabricate, test, and deliver up to three complete steel cargo barges.� The barges to be supplied shall be new with the following approximate characteristics: Built and classed by the American Bureau of Shipping (ABS) as Maltese Cross A-1 Deck Cargo Barge, Great Lakes Service. The vessel ice belt extent and design ice pressures satisfy the requirements for ABS Ice Class C0.� Standard ABS Grade A/ASTM A36 steel (no low temperature requirement) is utilized in the design. The barge intact stability will satisfy 46 CFR 170.170 and 46 CFR 174.015 in all loading conditions. The barge damage stability will satisfy the USACE one compartment standard, Length:����������� 150 feet Beam:������������ 38 feet Depth:������������ 10 feet � 0 inches (molded at the sides) Camber:��������� 4 inches The Government intends to provide an ABS Approved (Engineering review) Contract Design for the shipyard to develop a production design and build up to three barges. The barges shall have cargo bin walls installed on the deck, approximately 125 feet by 24 feet by 3 feet tall. The cargo bin walls shall be permanent on one of the three barges and removable via deck sockets on the remaining two barges. Delivery of two of the finished barges shall be to the Government basin at the St Marys Falls Canal (Soo Locks, St Marys River), Sault Ste Marie, Michigan.� Delivery of the third barge shall be to Duluth, Minnesota to the Duluth Project Office. There will be Liquidated Damages associated with this procurement. Bonding will be required. Contract duration is estimated at 24 months.� 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 2:00 PM EDT, 17 Nov 2023. 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 cargo barges Construction of ice classed vessels 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: Michael Hunter Contract Specialist Michael.J.Hunter@usace.army.mil All responses shall be received on or before 17 November 2023, 2:00 PM EST
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/268be72cf1914160bb975d058be8106c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06877469-F 20231108/231106230133 (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 |