SOLICITATION NOTICE
J -- Shipyard Services to Execute Dredge Hurley Repower
- Notice Date
- 4/8/2024 11:22:58 AM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
- ZIP Code
- 19103-0000
- Solicitation Number
- W912BU24R0031
- Response Due
- 4/24/2024 1:00:00 PM
- Archive Date
- 05/31/2024
- 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)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A PRE-SOLICITATION / SYNOPSIS POSTING. The Marine Design Center of the U.S. Army Corps of Engineers intends to issue a solicitation in the near future to procure services to execute the repowering of dredge Hurley. The Dredge Hurley is a diesel electric dustpan dredge which dredges the Mississippi River in the Memphis area. The dredge was designed to operate on two generators with a third on standby. To be compliant with current EPA emission rules, the dredge was approved to be repowered. Principal Vessel Characteristics: Length over all (LOA): 348 feet 6 Inches ( 348.50 feet) Length between Perpendiculars (LBP): 348 feet 0 Inches ( 348.00 feet) Breadth (Molded): 58 feet 0 Inches ( 58.00 feet) Depth, amidships (Molded), to Main Deck at Side: 11 feet 0 Inches ( 11.00 feet) (Est) Summer Freeboard Draft, from molded baseline: 7 feet 8 1/8 Inches ( 7.68 feet) Design Displacement, fresh water (from GHS at 7' DWL): 3151 LT A conceptual design was completed in 2018 and three (3) diesel generator sets are being procured as Government Furnished Equipment (GFE) as part of the repower efforts. A final design package that includes weight estimate, foundation design drawings, general arrangement, machinery arrangement drawings, piping arrangement drawings, rip out/removal plans, electrical power system modification drawings, and monitoring, control, and alarm system modification drawings will be provided. The period of performance will be 8 months. There will be Liquidated Damages associated with this procurement. Bonding will be required. The Government anticipates issuing a solicitation for these services on or after 25 April 2024. The NAICS Code for this project will 336611 � Ship Building and Repairing and the small business size standard is 1,300 employees. Solicitation documents, plans and specifications will only be available via the SAM.gov homepage located at https://www.sam.gov. No hard copies will not be available. It is the contractor�s responsibility to monitor https://www.sam.gov for issuance of the solicitation and monitoring of any amendments once the solicitation is issued. The solicitation will contain FAR provision 52.204-7; therefore, a bidder must be registered in the System for Award Management (SAM) database prior to award. Questions regarding this notice should be directed to Michael Hunter at michael.j.hunter@usace.army.mil Offerors should review the entire solicitation once posted. Information within this Pre-Solicitation/Synopsis posting is subject to change.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/49193fb030fa4d8580c671e7a3ef463b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07022910-F 20240410/240408230038 (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 |