Louisiana Bids > Bid Detail

Drydock Services for Dredge Wheeler

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159569844238141
Posted Date: Jan 26, 2024
Due Date: Mar 13, 2024
Source: https://sam.gov/opp/2a1366272c...
Follow
Drydock Services for Dredge Wheeler
Active
Contract Opportunity
Notice ID
W912P824R0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST N ORLEANS
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 26, 2024 02:23 pm CST
  • Original Response Date: Mar 13, 2024 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    New Orleans , LA
    USA
Description

NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE.



This solicitation will be issued as UNRESTRICTED. The applicable North American Industry Classification System (NAICS) code is 336611. The USACE, New Orleans District, has a requirement for a contractor to drydock the US Hopper Dredge WHEELER. Upon drydocking, the contractor will undertake steel repairs to the hull and hopper, rehabilitate components of the dredging systems, perform maintenance and steel repair on the vessel's internal tanks, replace (with government furnished spares) and rehabilitate components of the propulsion and steering systems, perform maintenance and repair on various support systems onboard the vessel, and paint interior and exterior portions of the ship. Specifics of the WHEELER are as follows: Length overall - 408 feet, 3 inches; maximum breadth - 82 feet, 0 inches; minimum draft aft - 21 feet, 6 inches, forward - 17 feet, 6 inches; lightship displacement - 9,876.25 long tons. Facilities must be available for drydocking within the date range of 01 September 2024 and 31 December 2024. Proposals shall be limited to those facilities in the United States with the drydocking capability necessary to handle the WHEELER within 2,000 nautical miles of the U.S. Anny Corps of Engineers, New Orleans District Headquarters. Prospective Offerors are encouraged to examine the WHEELER at her dock in New Orleans prior to receipt of proposals.



Solicitation W912P824R0012 will be issued as a Request for Proposal (RFP) resulting in the award of a single firm fixed price (FFP) contract. The solicitation package will be available on or about 12 February 2024. Proposals will be due on or about 13 March 2024. Actual due date will be included in the solicitation. The anticipated value of this contract is between $10,000,000 and $25,000,000. This procurement is under North American Industry Classification System (NAICS) Code: 336611, Ship Building and Repair. Small Business Size Standard Number of Employees: 1300.



All potential and interested vendors must be actively registered in SAM under NAICS code 336611, as a business concern at the time of proposal submission to be considered for award. The solicitation documents for this procurement will be posted on www.sam.gov. You will need the adobe acrobat reader for .pdf files (www.adobe.com) to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in www.sam.gov. This can be done by clicking on the solicitation title and clicking on the button that says, “Register as an Interested Vendor” and entering your business information. Potential contractors are responsible for monitoring this site for the release of the solicitation package and any updates to the solicitation.



The wages and benefits of service employees (see FAR subpart 22.10) performing work



under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of work).



A firm must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) prior to submission of qualifications and Offers. Firms must have an active registration to be eligible for contract award and must maintain an active registration throughout contract performance. For information about SAM registration and annual confirmation requirements, go to www.sam.gov or call (866) 606-8220.



Firms shall submit qualifications and Offers electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/ under the assigned Solicitation Number (W912P824R0012). When posting qualifications or posting an Offer, ensure electronic files are clearly identified with the Solicitation number, company name, volume, section, and or/item. The minimum required naming format for files is as follows: Solicitation Number, Company Name, Item



Qualifications and Offers will not be accepted if submitted by mail or hand carried and will not be evaluated. Qualifications or Offers sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be accepted. The Offeror is responsible to confirm the Offer has been received. All Offers received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR) and the Solicitation.



For PIEE registration, training, and instructions for posting qualifications or an Offer, please refer to the following links:



PIEE Registration at https://piee.eb.mil/



Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an Offer to a Solicitation. Please be advised that when using the PIEE Solicitation Module, the user’s email address in PIEE must match the email address on file in SAM.gov.



PIEE Solicitation Module



Training and instructions are accessible through PIEE – Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/



(For instructions specific to posting an Offer, select ‘Solicitation Module’ -- ‘Proposals (Offers)’ – ‘Posting Offer’)



For Frequently Asked Questions (FAQs) and additional training, go to the DoD



Procurement Toolbox – eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module



In the unlikely event the PIEE system and/or Solicitation Module is not operational, and the Offeror is unable to access or use the system, the Offeror shall immediately notify the Contracting Officer and Contract Specialist. Notification must occur prior to the submission deadline and shall be in writing through the authorized email identified in the Solicitation. If an alternate method for Offer submission is authorized via email due to system outages, the Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method.



Ensure all documentation submitted meets supported file extensions identified in PIEE FAQs. Narrative portions of the Offer shall be in Adobe Acrobat Portable Document Format (PDF) searchable text format. Embedded sound or video (e.g., MPEG) files are not authorized and shall not be included.



THE GOVERNMENT WILL ACCEPT NO OTHER TRANSMISSION METHOD (E-MAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.).



Any communications must clearly identify the solicitation number, company name, address, phone number including area code, and point of contact with a valid email address. The Contract Specialist for this solicitation is Francesca deBoer at (504) 862-1604, or by email at francesca.e.deboer@usace.army.mil. The Contracting Officer for this solicitation is Christopher Nuccio at (504) 862-2704, or by email christopher.nuccio@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 7400 LEAKE AVE
  • NEW ORLEANS , LA 70118-3651
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 26, 2024 02:23 pm CSTPresolicitation (Original)

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 >