Emergency Drydock Services for US Dredge Wheeler
ID: W912P825R0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST N ORLEANSNEW ORLEANS, LA, 70118-3651, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 8, 2025, 8:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Emergency Drydock Services for the Dredge Wheeler, with a focus on small businesses. The contractor will be responsible for providing all necessary management, labor, materials, and facilities to execute comprehensive repair tasks, including drydocking and equipment maintenance, within a strict timeline of 21 calendar days following the vessel's delivery. This procurement is critical for maintaining the operational readiness of the Dredge Wheeler, which is essential for maritime operations. Proposals must be submitted via email by 2:00 PM CST on January 8, 2025, with inquiries directed to Francesca Deboer at francesca.e.deboer@usace.army.mil or Christopher Nuccio at christopher.nuccio@usace.army.mil.

Files
Title
Posted
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
This document serves as the Stability Booklet for the USACE Dredge Wheeler, delineating critical stability and loading data necessary for maritime operations of this seagoing trailer suction hopper dredge. It details vessel measurements, hydrostatic properties, and required stability criteria based on loading conditions. Key sections include general notes on vessel reference planes, detailed tank summaries, design drafts, and loading forms for various operational scenarios, such as light service departing and full-load conditions. Operating instructions emphasize best practices for achieving trim and stability, including ballast management and monitoring of free surface effects. Safety parameters ensure compliance with stability under different loading weights and conditions, including damage stability maintaining specific gravity and vertical center of gravity limits. The booklet enables vessel operators to assess stability under various circumstances, ensuring operational safety and adherence to regulations, reflecting a fundamental resource within government maritime operations and guidance relevant to federal infrastructure and environmental projects. Overall, it encapsulates essential loading, buoyancy, and operational guidelines tailored to efficient and safe dredging operations.
Jan 2, 2025, 10:05 PM UTC
This document appears to be a technical drawing and specification for a component designed for marine applications, specifically referencing a part identified as a "CPP Blade" made of a Nickel-Bromine-Aluminum material. Key details include precise dimensions, material specifications, tolerances, and modifications to the design, such as changes in hole sizes. The drawing emphasizes strict adherence to specified tolerances and includes instructions for manufacturing, highlighting critical dimensions such as depth and radial measurements. The document is structured meticulously, displaying itemized information that covers the bill of materials, dimensional specifications, and checks by multiple engineers. As part of the broader context of government requests for proposals (RFPs) or grants, this technical description suggests the component is intended for procurement under federal or state contracts, ensuring compliance with quality and engineering standards. The intent is to facilitate reliable manufacturing processes and maintain stringent performance requirements in maritime applications.
Jan 2, 2025, 10:05 PM UTC
This government document amends the solicitation for Emergency Drydocking Services for the Dredge Wheeler. Key changes include an extension of the proposal response date to January 8, 2025, at 2:00 PM CST and the complete removal of the Technical Capability factor, replaced by a revised version that establishes new criteria. Offerors must certify their drydock's availability for a required consecutive period of 3-4 weeks in January and February 2025, providing specific measurements and location details. Furthermore, drydock facilities located within 1,000 nautical miles from the U.S. Army Corps of Engineers in New Orleans will be prioritized. The document retains all other terms and conditions, emphasizing the urgency due to the Dredge Wheeler's critical operational status and fragile condition. This summary reflects essential modifications made to the solicitation, aiming to attract suitable contractors for timely services.
The U.S. Army Corps of Engineers, New Orleans District, is soliciting proposals through solicitation W912P825R0008 for Emergency Dry-Docking Services for the Dredge Wheeler. This RFP, aimed exclusively at small businesses, encompasses comprehensive repair tasks including drydocking, equipment maintenance, and optional machinist work. The document details the scope of work, including labor requirements, safety precautions, and performance expectations, emphasizing mandatory and optional services that contractors may provide. Critical safety protocols, inspections, and quality assurance measures are outlined to ensure compliance and satisfactory performance. The contractor is responsible for timely execution, adhering to repair standards, and coordinating with government representatives during all phases of work. A significant focus is on the requirements for technical service representatives to oversee specialized tasks. The contract duration is set for completion within 21 calendar days post-delivery of the vessel to the contractor. This solicitation reflects the government's commitment to maintaining operational readiness of its assets through structured repair processes and robust contractor engagement.
Jan 2, 2025, 10:05 PM UTC
The Performance Work Statement outlines the requirements for the repair and alteration of the dredge WHEELER under the Master Ship Repair Agreement. The contractor is responsible for all necessary management, supervision, labor, and materials to complete specified tasks, including drydocking, propeller replacement, and equipment maintenance, while adhering to safety and regulatory standards. The document details vessel specifications, required contract drawings, and a comprehensive scope of work encompassing docking logistics, certification requirements, inspection protocols, and quality assurance measures. Emphasis is placed on using qualified personnel, maintaining safety protocols, and ensuring timely completion of all work within a 21-day timeframe. The contractor must provide continuous power, potable water, and maintain a clean and safe work environment. Additionally, mandatory and optional work items are specified, accompanied by rigorous inspection and reporting requirements to guarantee compliance with contractual obligations and the satisfactory operation of the vessel post-repair.
The document is a technical publication addendum from Propulsion Systems, Inc. related to the controllable pitch propeller used in the Wheeler repower project. It includes replacement data for service information, hydraulic oil specifications, and general data on the propulsion system's components and specifications. It features detailed sections outlining various assemblies, parts lists, and bolt torque specifications essential for maintaining and servicing the equipment. Key topics include hydraulic oil type, service information, and specific parts and assemblies such as the propeller hub and servo box assemblies. The document specifies technical drawings, part numbers, and maintenance procedures necessary for the correct operation and servicing of the equipment. The addendum also lists contact information for technical assistance and outlines the oil analysis process, demonstrating an emphasis on proper maintenance practices. This publication is important for federal and local RFPs as it provides essential technical and operational guidelines necessary for compliance with regulatory standards in marine propulsion systems, ensuring efficient and safe operations during governmental projects.
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
Jan 2, 2025, 10:05 PM UTC
The document outlines a series of attachments related to safety and accident prevention protocols for a government contract. Key attachments include a Checklist for Undocking (J-1), an Administrative Accident Prevention Program (J-3), and Hazard Analysis (J-4) designed to mitigate risks in operations. Additional documents such as the Safe Clearance Log (J-8) and associated request forms (J-9) are intended to ensure proper procedures are followed during operations involving potentially hazardous materials or environments. The overall focus is on maintaining safety standards and compliance with regulations during the execution of projects related to fuel oil transfer and hazardous energy control, specifically referencing the United States Dredge Wheeler's operational risks. This compilation is crucial for contractors to adhere to safety measures, thereby protecting personnel and property while fulfilling government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FY25 Lease of One Cutterhead, Hydraulic Pipeline Dredge (Not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is conducting market research for the lease of a fully operated cutterhead hydraulic pipeline dredge, with a diameter of not less than 24 inches and a draft not exceeding 9 feet, for construction and maintenance dredging activities. This procurement aims to identify qualified firms capable of providing the necessary dredging services on various waterways, including the Mississippi River Harbors and the Red River Waterway, with a total capacity of up to $250 million over a five-year period. The dredging services are crucial for maintaining navigability and environmental management in these waterways, as they involve the removal of various materials such as sand, gravel, and debris. Interested contractors are encouraged to submit their responses by email to Andrew McCaskill at andrew.mccaskill@usace.army.mil by 12:00 PM Central Daylight Time on May 7, 2025, as this notice is for planning purposes only and does not constitute a commitment to procure services.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
FY25 Lease of One Cutterhead, Hydraulic Pipeline Dredge (Not Less Than 20-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is conducting market research for the lease of a cutterhead hydraulic pipeline dredge, with a diameter of not less than 20 inches, for construction and maintenance dredging operations. The procurement aims to identify qualified firms capable of providing the necessary equipment and personnel to perform dredging activities on various waterways, including the Mississippi River Harbors and the Red River Waterway, with a total capacity of up to $250 million over a five-year period. This opportunity is crucial for maintaining navigability and environmental management in these waterways. Interested parties are encouraged to submit their capability statements by email to Andrew McCaskill at andrew.mccaskill@usace.army.mil by 12:00 PM Central Daylight Time on May 7, 2025, as no solicitation is currently available.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
FY25 MV Puget Drydock Maintenance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY25 MV Puget Drydock Maintenance Services, a project set aside exclusively for small businesses. The contractor will be responsible for providing comprehensive shipyard maintenance services, including inspections, repairs, and cleaning for the MV PUGET, to be performed at a facility in the Puget Sound area. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, with the performance period estimated from May 25, 2025, to July 25, 2025. Quotations are due by May 15, 2025, and interested contractors must register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil.
Overhaul of S/V H.R. SPIES
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking qualified contractors for the overhaul of the survey vessel H.R. SPIES. This procurement involves providing all necessary engineering, design, labor, materials, and equipment to execute essential repairs, including drydocking, hull painting, and various inspections, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard. The project is critical for maintaining the operational readiness of the vessel, which will operate in the Delaware River and Bay during Fiscal Year 2025. Interested bidders must submit their proposals by April 29, 2025, and can direct inquiries to Domenic L. Sestito at domenic.l.sestito@usace.army.mil.
CGC HICKORY DRYDOCK REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for unplanned drydock repairs for the USCGC HICKORY (WLB 212), a 225-foot Juniper-Class buoy tender. The scope of work includes essential tasks such as fire prevention requirements, hull inspections, thruster overhauls, and the provision of temporary services, with the anticipated performance period set from June 3 to June 17, 2025. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and environmental protection. Interested contractors must submit their business size status, including classifications such as HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business, by April 25, 2025, to ensure compliance with federal contracting regulations. For further inquiries, potential bidders can contact Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
FY25 Willapa Bay Maintenance Dredging
Buyer not available
The Department of Defense, through the Department of the Army's Seattle District, is soliciting bids for the FY25 Willapa Bay Maintenance Dredging project. This procurement involves the construction of dredging facilities, aimed at maintaining navigable waterways and ensuring safe passage for maritime traffic in the Willapa Bay area. The project is critical for sustaining local economic activities and environmental health, as dredging helps to manage sediment buildup and maintain water depth. Interested contractors can obtain further details from the solicitation documentation and are encouraged to contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or by phone at 206-764-6659, or Scotty Britt at SCOTT.W.BRITT@USACE.ARMY.MIL or 206-764-3517 for any inquiries.
OR/WA Clamshell Maintenance Dredging 2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the "OR/WA Clamshell Maintenance Dredging 2025" project, aimed at enhancing navigable waterways in Oregon and Washington. This project involves dredging and material placement at multiple locations, with an estimated construction budget between $5 million and $10 million, and is designated as a Total Small Business Set-Aside under NAICS code 237990. The procurement emphasizes compliance with federal regulations, including labor laws and wage determinations under the Davis-Bacon Act, ensuring fair compensation for workers involved in the dredging operations. Interested contractors must submit their bids electronically by the specified deadline and can reach out to Julia Carlton or Brandon Lasich for further inquiries.
Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.