Debris Removal Vehicles (DRV) - Barges
ID: W912P525Q0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Ship Building and Repairing (336611)

PSC

BARGES AND LIGHTERS, CARGO (1930)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design and construction of two coupled steel work barges intended for debris removal operations at Lake Cumberland, Kentucky. The project requires the barges to be approximately 75 feet long and 36 feet wide, equipped with a knuckle boom for material handling, and compliant with American Bureau of Shipping class requirements, ensuring safety and structural integrity during operations. This procurement is crucial for enhancing the efficiency of debris removal efforts in federal public service, with a total project duration of 562 days and specific timelines for design submissions and revisions. Interested small businesses should contact Scott Ellis at Robert.S.Ellis@usace.army.mil or Samantha Bautch at samantha.d.bautch@usace.army.mil for further details.

    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) for the design and construction of two coupled steel work barges for operations at Lake Cumberland, Kentucky, under the jurisdiction of the U.S. Army Corps of Engineers (USACE). The project aims to support debris removal operations by providing barges equipped with a knuckle boom for handling materials. The barges, approximately 75 feet long and 36 feet wide, must adhere to American Bureau of Shipping class requirements and include features such as a generator, fuel tanks, and a deckhouse, ensuring structural integrity, stability, and safety throughout operations. Contractors are required to perform design work, submit drawings and calculations for government review, and ensure compliance with various engineering standards and regulations. The total project duration is set for 562 days, with specific timelines for submitting drafts, incorporating feedback, and finalizing deliverables. This RFP emphasizes the procurement of services from small businesses and requires adherence to security, eligibility, and employment verification protocols. Overall, it outlines a comprehensive approach to acquiring specialized marine vessels for federal public service.
    The U.S. Army Corps of Engineers (USACE) seeks proposals for the design and construction of two coupled steel work barges for lake debris removal operations at Lake Cumberland, Kentucky. The barges will be approximately 75 feet long and 36 feet wide, equipped with a knuckle boom capable of handling 2,000 lbs of material. Contractors must perform detailed engineering, drafting, and stability calculations, adhering to American Bureau of Shipping (ABS) Class requirements and other relevant regulations. Key specifications include the development of detailed AutoCAD drawings, stability analysis for operating conditions, and integration of government-furnished equipment such as a woodchipper. The deliverables must undergo a rigorous review and approval process by the USACE, ensuring compliance with safety and engineering standards. The project timeline allows for 562 days from contract signing to completion, with initial submissions required within the first 45 days. The purpose of this document is to outline the technical scope of work, design requirements, and responsibilities of the contractor in delivering a functional and compliant barge system for effective debris removal operations. This initiative reflects the USACE's commitment to enhancing operational capabilities in managing natural debris and maintaining waterway health.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    Barren River Lake Hydraulic Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.
    W912EE25BA002 - LEASE OF ONE CUTTERHEAD, HYDRAULIC PIPELINE DREDGE (NOT LESS THAN 24 INCH DIAMETER), FULLY OPERATED WITH ATTENDANT PLANT AND PERSONNEL, AND WITH A DRAFT NOT TO EXCEED 9 FEET, FOR CONSTRUCTION AND MAINTENANCE DREDGING WITHIN THE VICKSBURG D
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Vicksburg District, is seeking to lease one fully operated cutterhead hydraulic pipeline dredge with a minimum diameter of 24 inches for construction and maintenance dredging activities within the Vicksburg District. The dredge must have an operational draft not exceeding 9 feet and come with the necessary attendant plant and personnel to ensure effective performance. This procurement is critical for maintaining navigable waterways and supporting infrastructure projects in the region. Interested vendors should contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or call 601-631-5248 for further details regarding the presolicitation notice.
    W912EE25BA003 - LEASE OF ONE CUTTERHEAD, HYDRAULIC PIPELINE DREDGE (NOT LESS THAN 24 INCH DIAMETER), FULLY OPERATED WITH ATTENDANT PLANT AND PERSONNEL, AND WITH A DRAFT NOT TO EXCEED 9 FEET, FOR CONSTRUCTION AND MAINTENANCE DREDGING WITHIN THE VICKSBURG D
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking to lease one fully operated cutterhead hydraulic pipeline dredge with a diameter of not less than 24 inches for construction and maintenance dredging within the Vicksburg District in Mississippi. The dredge must have an operational draft not exceeding 9 feet and come with attendant plant and personnel to ensure effective performance. This procurement is crucial for maintaining navigable waterways and supporting infrastructure projects in the region. Interested vendors should contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or call 601-631-5248 for further details regarding the presolicitation notice.
    Erie Pier Confined Disposal Facility (CDF) Materials Management
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting proposals for the Erie Pier Confined Disposal Facility (CDF) Materials Management project. This procurement is aimed at site preparation services, which are crucial for the effective management and disposal of materials at the facility. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry, particularly those classified under NAICS code 238910. Interested parties can reach out to Noah Bruck at noah.r.bruck@usace.army.mil or by phone at 313-226-2657, or Stephanie Craig at STEPHANIE.M.CRAIG@USACE.ARMY.MIL or 313-439-5598 for further information.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal and site grading, with an estimated construction cost ranging from $100,000 to $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to begin work within 14 days of receiving a notice to proceed and complete the project within 90 days, adhering to safety and environmental regulations throughout the process. Interested bidders must submit their quotes by March 7, 2025, and are encouraged to attend a site visit on February 26, 2025, at 10 a.m. central time, with further inquiries directed to Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.
    Cleveland Dredging
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is soliciting bids for the Cleveland Dredging project, which is categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The procurement aims to engage a contractor for the construction of dredging facilities, a critical infrastructure component for maintaining navigable waterways and supporting military operations. This opportunity is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested contractors can reach out to Peter Gembala at peter.r.gembala@usace.army.mil or by phone at 716-879-4221, or Jeffrey Ernest at Jeffrey.G.Ernest@usace.army.mil or 716-879-4173 for further details.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction project titled "Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project 24-2" located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of material in designated restoration areas, with a construction budget estimated between $25 million and $100 million and a total project duration of 200 calendar days for base work, plus an additional 100 days for optional work. This procurement is critical for enhancing infrastructure and environmental restoration efforts in the region, and contractors must comply with various regulations, including wage determinations from the U.S. Department of Labor. Interested vendors should register on Sam.gov and can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details.
    West Coast Hopper Maintenance Dredging 2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the "West Coast Hopper Maintenance Dredging 2025" project, which aims to enhance navigational depths in critical areas such as Humboldt Bay and the Lower Columbia River. This federal contract, with an estimated construction budget ranging from $10 million to $50 million, requires contractors to perform maintenance dredging to ensure safe maritime operations while adhering to environmental regulations and safety standards. The project underscores the importance of maintaining navigability in U.S. waters and promotes the inclusion of small businesses in the contracting process, with specific goals for participation from various socio-economic categories. Interested bidders must submit their proposals electronically by February 21, 2025, and can contact Ian Lutjens at ian.k.lutjens@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further information.
    Codorus Creek Shoal Removal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is preparing to solicit bids for the Codorus Creek Shoal Removal Project in York, Pennsylvania. This project involves construction services for dredging to maintain the flood damage reduction channel along Codorus Creek, which requires the removal of shoals at two specific locations to ensure proper water flow. The project is crucial for flood risk management and involves in-water work to remove shoals composed of pebbles, cobbles, vegetation, wood debris, and gravel, with an estimated contract value between $1 million and $5 million. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the invitation for bid (IFB) anticipated to be released in the second quarter of FY25, and can contact Erica Stiner or Jeffrey B. May for further information.