World Fleet Register Data for USACE Waterborne Commerce Statistics Center
ID: W912HQ24R0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

Libraries and Archives (519210)

PSC

SPECIAL STUDIES/ANALYSIS- ECONOMIC (B507)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for commercial data services related to the World Fleet Vessel Register to support its Waterborne Navigation Program. The primary objective is to obtain comprehensive vessel data, including specifications for active, inactive, and newbuild vessels, which will assist in the economic and engineering evaluation of waterway improvements vital to U.S. trade. This initiative underscores the importance of precise data in enhancing USACE's decision-making processes regarding navigation system improvements, ensuring effective facilitation of domestic and foreign trade. Proposals must be submitted electronically by September 25, 2023, with inquiries directed to David A. Kaplan at david.a.kaplan@usace.army.mil or Quan Nguyen at Quan.Nguyen@usace.army.mil, and compliance with federal regulations is mandatory for contract eligibility.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) seeks commercial vessel register data to support its Waterborne Navigation Program through a purchase description developed by the Institute for Water Resources (IWR). The primary objective is obtaining comprehensive vessel data, including a minimum of 70 DWT/100 GRT for all vessel types, to aid in analyzing waterborne transport vital to U.S. trade. The project involves options for two data sets: a basic package of 33 data fields and a more extensive one of 108 fields, including key vessel specifications for economic evaluations. The contract aims to secure continuous data access for one year with potential extensions, and emphasizes updating data monthly to maintain accuracy. Strict guidelines govern data sharing within USACE to protect proprietary information. Deliverables include access to electronic downloads of the vessel register data with specific formatting and security measures. Overall, the initiative underscores USACE's commitment to informed decision-making in waterway management, ensuring efficient navigation and trade operations.
    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for commercial data services related to the World Fleet Vessel Register to support its Waterborne Navigation Program. This combined synopsis/solicitation outlines requirements for a firm fixed-price contract and is open to both small and non-small businesses under NAICS code 519210. The selected contractor will provide essential vessel data, including specifications of active, inactive, and newbuild vessels, to assist in the economic and engineering evaluation of waterway improvements. Proposals must be submitted electronically by September 25, 2023, and will be assessed based on technical capability, past performance, and price. The evaluation will prioritize technical understanding over past performance, considering the overall quality and relevancy of submissions. The contract period includes a base year with four one-year options, with performance primarily at the bidder’s facility. Compliance with various federal regulations and requirements is mandatory for contract eligibility. This solicitation emphasizes the need for precise data to enhance USACE's decision-making related to navigation system improvements, ensuring they can facilitate domestic and foreign trade effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Waterborne Trade & Deep-Draft Vessel Service Data & Info Incorporating Geographic\AIS Tracking of Vessel Movements for Waterborne Transport Services Serving the US to Inform Economic & Engineering Evaluations of Waterways Under USACE Stewardship
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a contract to provide comprehensive waterborne trade and deep-draft vessel service data, which will incorporate geographic and Automatic Identification System (AIS) tracking of vessel movements. The objective is to support economic and engineering evaluations of federally-sponsored waterway systems critical to U.S. trade, requiring real-time or near-real-time tracking, detailed historical data, and specifications of various vessels and port facilities. This initiative is vital for enhancing navigation systems and improving maritime infrastructure, thereby supporting the nation's economic interests. Proposals are due by September 25, 2023, and must be submitted electronically; for further inquiries, interested parties can contact David A. Kaplan at david.a.kaplan@usace.army.mil or Bart P. Dziadosz at bartholomew.dziadosz@usace.army.mil.
    Survey Cabin Boat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is soliciting bids for the procurement of a 26-foot survey cabin boat, complete with two outboard motors and a trailer. This acquisition is essential for the U.S. Army Corps of Engineers in Memphis, as the vessel will be utilized for various surveying and operational tasks in support of their missions. The solicitation has been amended to extend the closing date to September 19, 2024, and interested parties can reach out to Tijuana Harris at Tijuana.M.Harris@usace.army.mil or by phone at 901-544-3048 for further details.
    Development and Enhancements to NNOMPEAS (National Navigation Operation & Management Performance Evaluation & Assessment System
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the development and enhancements of the National Navigation Operation & Management Performance Evaluation & Assessment System (NNOMPEAS). The primary objective of this procurement is to update and improve the existing system's technical functionalities to enhance data access, analysis, and reporting capabilities related to waterborne commerce assessments. This initiative is crucial for supporting project evaluations and analyses for USACE planners and operations personnel, ensuring effective resource management in navigation projects. Proposals are due by September 20, 2024, and must be submitted electronically to the designated contracting officers. For further inquiries, interested parties can contact Bart P. Dziadosz at bartholomew.dziadosz@usace.army.mil or David A. Kaplan at david.a.kaplan@usace.army.mil.
    Jon Boat, Motor, and Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the acquisition of a Jon Boat, Motor, and Trailer for the Eau Galle Project in Spring Valley, Wisconsin. The procurement requires a newly manufactured aluminum flat-bottom Jon Boat measuring between 16-18 feet, equipped with a 60 HP outboard motor, marine battery, and automatic bilge pump, adhering to stringent technical specifications and federal regulations. This acquisition is crucial for supporting operational needs while promoting participation from small businesses, including service-disabled veteran-owned and economically disadvantaged firms. Proposals are due by September 19, 2024, at noon local time, and interested parties can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    CE-MVN U.S. Dredge Wheeler Drydocking and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor to drydock and repair the US Hopper Dredge WHEELER. The contractor will be responsible for steel repairs, rehabilitation of dredging systems, maintenance and repair of internal tanks, propulsion and steering systems, support systems, and painting of the ship. The dredge has specific dimensions and displacement. Drydocking facilities must be available between September 2024 and December 2024 within 2,000 nautical miles of New Orleans. The solicitation will be issued as an Invitation For Bid (IFB) with a value between $10,000,000 and $25,000,000. Interested vendors must be registered in SAM under NAICS code 336611. The solicitation documents will be posted on www.sam.gov. The wages and benefits of service employees must meet the Department of Labor standards. Interested parties should contact Francesca deBoer or Christopher Nuccio for more information.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2023 {OM23003)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for the procurement of a self-propelled trailing suction type hopper dredge. The dredge will be used for work in the Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about February 18, 2023, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.Sam.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2023 {OM23005)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities. The service/item being procured is a fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for work in the Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about 18 February 2023, and the bid opening date will be established in a future amendment. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.