The general elements of work include, but are not limited to: drydocking, utilities and services, hopper door repairs, hull painting, dredge pump repairs, controllable pitch propulsion (CPP) system repairs, including If-Directed replacement of the P & S tailshafts and cutlass bearings; steel replacement, sea valve repairs and other miscellaneous maintenance as required. All required inspections for renewal of the ABS International Load Line Certificate will be performed during this availability. The Drydock Examination and Internal Structural Review and the Annual Inspection for renewal of the USCG Certificate of Inspection will also be performed during this availability.
The dredge McFarland is an all-steel, sea-going hopper dredge. Her hull dimensions are:
1) Length without Boom Overhang: 300', 0"
2) Length with Boom Overhang: 319'8"
3) Length Between Perpendiculars: 284'0"
4) Beam Molded: 72'0"
5) Depth Amidships [molded]: 33'0"
6) Normal Draft Aft: 16'6"
7) Normal Draft Forward: 15'3"
8) Registered Gross Tonnage: 6,036 long tons
9) Lightship Displacement: 4,007 long tons
10) Ballast, Fuel and Water: 400 long tons (approximately). (Normal being light on fuel and ballast. Actual draft must be taken prior to drydocking, and weight calculated.)
The Government will deliver the vessel to the contractor facility.
Upon completion of the work, the vessel will conduct dock and sea trials prior to delivery back to the Government.
Prospective contractors must have, or be capable of, entering into a Master Ship Agreement with the U.S. Army Corps of Engineers. Prospective contractors must also have a NAVSEA-approved drydock/graving dock, or be in possession of a signed and dated certificate from a Professional Engineer stating that the drydock facilities currently meet all of the requirements applicable to that type of drydocking facility listed in Military Standard No. MIL-STD-1625C(SH), dated 25 August 1987, and Notice 1, dated 30 December 1992.
The area of consideration will be the Atlantic and Gulf Coasts of the U.S. from Bath, Maine to Brownsville, Texas. Submissions from contractors outside of this area will not be considered.
The period of performance is expected to start on or about 20 June 2016 and last 90 calendar days.
For this sources sought notice, the NAICS code is 336611 with a size standards of 1000 employees.
All interested business concerns for this requirement shall provide the following information when responding to this RFI:
- Company name
- DUNS number
- Type of business concern large business or small business (please identify type of small business)
- Years in business
- Location of where the work would be performed
- Acknowledgement of ability to bond
- Statement of capability and qualifications of the organization to perform the requirement
- List of similar projects worked on over the past 10 years and services provided on those projects.
Each submission shall not exceed 5 pages total.
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 at time of award. 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://www.vip.vetbiz.gov/.
Questions can be directed to [email protected]. This office will not accept any responses to this sources sought notice through telephonic, written, or faxed. All responses must be submitted through electronic mail.
All responses shall be received on or before 1400 local time on 22 February 2016.