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 dry docking and shipyard repair services. 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 Federal Business Opportunities (http:www.fbo.gov).
The Army Corps of Engineers Marine Design Center intends to procure the services and material to dry dock and repair the Wilmington District split-hull hopper Dredge MURDEN.
The Government is issuing this Request for Information (RFI) to identify resources available to dry dock the MURDEN in the 3rd quarter of calendar year 2019. All contract work shall be performed at a facility located only along the Atlantic and Gulf Coasts of the United States of America. Certification for the dry dock to be used to lift the vessel will be required. The certification requirement shall be given by either US Navy, Naval Sea Systems Command, American Bureau of Shipping (ABS), or an independent registered Professional Engineer specialized in dry docks that covers the requirements of the US Navy or ABS.
The major scope of work includes:
• Dry docking and launching of the vessel.
• Assisting the USACE and ABS with inspections as part of ABS Classification required surveys.
• Cleaning and painting the exterior of the vessel.
• Replace all zinc anodes.
• Cleaning fuel tanks and fresh water tanks.
• Relocation of the drag winches to below deck and complete overhaul of the winches.
• Removal, overhaul and reinstallation of the two (2) main engines and two (2) diesel generator engines.
• Replacement of deckhouse heat pump units.
• Inspection and rebuilding of water hydraulic accumulators.
• Modification of two (2) fuel oil day tank from 1,000 gallon capacity to 500 gallon per tank.
• Removal of two (2) waste oil tanks.
• Replacement and renewal of all hopper and self-leveling deckhouse platform hinge pins and bushings.
• Replacement of all main engine cooling piping and valves.
• Service or replacement of all keel coolers and piping in way of the hull penetrations.
• Replacement of hopper seals.
• Replacement of flooring on the main deck of the deckhouse.
• Replacement of the Day Room sink and cabinetry.
• Install and commission Government Furnished ultrasonic density meters in the dredge discharge piping.
• Replace and calibrate dredge system sensors.
• Service or renew all watertight hatches.
• Overhaul, blast and paint forward deck crane.
• Blast, paint and service port and starboard anchor windlasses.
• Modifications to the port chain locker.
• Blast and paint interior chain lockers and anchor chain.
• Perform upgrades to water hydraulic system.
• Inspection of all raw water and fire main piping, renew as needed.
• Optional steel plate and weld seam renewal.
• Optional miscellaneous pipe and valve renewals, cleaning, and painting.
Requirements for the response below:
All interested business concerns for this requirement shall provide the following information when responding to this RFI:
1. Company name
2. DUNS number & CAGE Code
3. Type of business concern large business or small business (please identify type of small business)
4. Years in business
5. Statement of capability and qualifications of the organization to perform the requirement
6. List of similar projects worked on over the past five (5) years and services provided on those projects.
**The North American Classification System (NAICS) codes for this acquisition is #336611**
** EACH SUBMISSION SHOULD NOT EXCEED 10 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/portal/publi/SAM/#1 . 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 http://vip.vetbiz.gov .
Responses should be submitted electronically via e-mail to:
Michael Hunter
Contract Specialist
E-mail: [email protected]
Office Phone: (215) 656-6774
All responses shall be received on or before 4 February 2019, 02:00 PM EDT.