Mississippi Bids > Bid Detail

Dry Dock BPA

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159810833445535
Posted Date: Feb 14, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/d385c9c065...
Follow
Dry Dock BPA
Active
Contract Opportunity
Notice ID
W912EE24S0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST VICKSBURG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 14, 2024 02:10 pm CST
  • Original Published Date: Feb 02, 2024 02:44 pm CST
  • Updated Response Date: Feb 23, 2024 02:00 pm CST
  • Original Response Date: Feb 16, 2024 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 09, 2024
  • Original Inactive Date: Mar 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description

W912EE



THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS REQUEST DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Vicksburg District may use the capability statements received from this sources sought to select vendors to participate in the Blanket Purchase Agreements detailed below. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.



THE GOVERNMENT IS SEEKING TO IDENTIFY LARGE AND SMALL BUSINESS SOURCES UNDER NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) 336611 FOR SHIP BUILDING AND REPAIRING (SIZE STANDARD – 1,300 EMPLOYEES).



1. Contract Information: The Vicksburg District U.S. Army Corps of Engineers is soliciting Capability Statements and Past Performance information from all qualified and interested contractors to participate in a requirement for multiple Blanket Purchase Agreements (BPAs) for the Army Corps of Engineers which is requesting dry dock services for its vessels in the form of multiple BPAs. The BPAs are anticipated to be a period not to exceed five years from date of contract award.



2. Project Information: The requirement is for the services of, but not limited to, dry docking, dry dock equipment, towing, anode placement, blasting and painting, hull readings, hull plating, and any inspection costs that may be associated with dry docking and repairing or providing maintenance to a vessel, requirements are not known in advance and may vary considerably. Qualified contractors must possess direct access to the Mississippi River or harbor on the Mississippi River between Cairo, Illinois and New Orleans, Louisiana.



a. Dry Docking: The Vicksburg District U.S. Army Corps of Engineers has several vessels that will require dry docking services over the next five years. There is a large quantity of barges that have a strong possibility of requiring dry dock services along with the towboats M/V William James and M/V Benyaurd, the tender boat M/V Harrison, the crewboat M/V Muddy Water, three Quarterboats in the Mat Sinking Unit fleet, dredges and any other Corps owned boat/vessel. When government vessels are dry docked, the contractor shall be responsible for the vessel and equipment on the vessel while in the contractor’s possession. If any detrimental changes are made on the equipment by the contractor, the contractor shall repair at no cost; or the price to fix shall be deducted from the contract price. The final condition of every spot on the vessel shall be equal to or better than the original condition.



b. Transportation: If the Corps does not have a towboat or tender that is available to deliver a vessel to the contractor, the contractor shall arrange towing services to transport the government vessel to the dry dock. If a government towboat or tender is able to provide transportation to the dry dock, no other towing services will be required. This will be specified beforehand in the scope of work for each BPA call.



c. Salvage Operations: The Government may require salvage operations for the purposes of lifting/floating damaged vessels/equipment. These salvage operations could require cranes, towboats, divers/diving equipment, or any other vessels/equipment necessary to perform removal/displacement/lifting of any barge/vessel/equipment as needed. The contractor will be required to provide salvage plans, diving plans, lifting plans, etc. to be approved by USACE prior to commencing work as per the scope of work for each BPA call.



d. Other Possible Required Dry Dock Services to Include:




  • Anode Installation/Replacement

  • Hull Readings

  • Hull Plate Replacement

  • Sandblasting and Painting

  • Part Fabrication

  • Inspections

  • Replacing bent or damaged propellers (government furnished)

  • Replacing bent, damaged, or missing rudders (government furnished)

  • Replacing worn cutlass bearings (government furnished)

  • Repairing and/or replacing worn or damaged struts and strut bracing

  • Repairing and/or replacing worn or damaged propeller shafts (government furnished)

  • Replacing propeller shaft nuts, rope guards

  • Replacing rudder seals

  • Replacing and/or repairing propeller stuffing boxes

  • Inspecting and/or replacing underwater grid / skin coolers

  • Repairing and/or replacing damaged sections of hull

  • Removing entangled line and or wire from propellers and/or propeller shafts

  • Repairing and/or replacing damaged stump guard

  • And any other service that will require dry docking or repairs to a Corps vessel



e. Gas Free Certificate: The contractor will be required to provide a gas-free certificate should any work need to be done in which this certificate is required.



g. Delivery: The contractor is responsible for releasing the vessel to the government without any damages to government property. The only allowable changes to the vessel are those outlined in the contract specifications. If any detrimental changes are made by the contractor, the contractor shall repair at no cost; or the price to fix shall be deducted from the contract price. The vessel shall be released to the government with all contracted items completed by the due date given, or else payment shall be deducted from the contract price. The price deducted will be dependent upon the task order.



See attached Scope of Work for additional details.



3. System for Award Management: In accordance with FAR provision 52.204-7, prospective contractors must be registered in the System for Award Management (SAM) prior to entering into a BPA master agreement and receiving resulting BPA calls. Lack of registration in the SAM database will make an offeror ineligible to receive a BPA and any resulting BPA calls. Information on SAM registration can be obtained via the Internet at https://sam.gov/content/home



4. Submission Requirements: The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting, to submit a Capability Statement consisting of appropriate documentation, literature, brochures, and past performance information with references. Past performance documentation shall include contact names, as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of Small Business Size must also be included. The company's CAGE Code and UEI number shall also be included with the submission.



The Capability Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to similar requirements. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Please indicate your interest and/or ability to provide all services, and provide the maximum lifting capabilities of your facility. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results.



Interested companies responding to this sources sought should include the following information:




  1. Please provide your company name, address, distance from 2449 Haining Road, Vicksburg, MS 39183, point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 336611.

  2. Clearly confirm that your company business size as Large Business, Small Business, and if applicable, designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business.

  3. A narrative statement demonstrating your firm’s capability and experience performing any of the dry dock services outlined in this sources sought or the attach scope of work. Your response should include the following information: details of similar contracts/projects (within the past 5 years) to include contract number, dates of service, project references (including owner with phone number and email address), size and scope of contract/project. Narratives should be no longer than THREE PAGES on an 8 ½ x 11" size paper and no less than 11point font.

  4. If your company is not currently providing this support, has your company had experience in the last 5 years providing these types of services?

  5. What does your company specialize in?

  6. Firm's capability to perform, to include geographic location, project size, equipment list and equipment capability.

  7. What experience does your company have with Government contracts?



It is requested that interested contractors submit a response (electronic submission) of no more than 5 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted.



Responses to this notice are due NO LATER THAN 2:00 p.m., Central, 16 February 2024, via email to Dustin.G.Cannada@usace.army.mil and jeffrey.l.smith-lyon@usace.army.mil



Phone calls will not be accepted.



Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.sam.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed below. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 4155 CLAY STREET
  • VICKSBURG , MS 39183-3435
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >