W912BU25QA010 - New Greaser Units for Bernville Protective Works
ID: W912BU25QA010Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, USA

NAICS

Measuring, Dispensing, and Other Pumping Equipment Manufacturing (333914)

PSC

COMPRESSORS AND VACUUM PUMPS (4310)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is soliciting quotes for the recertification of the firefighting system onboard the Dredge McFarland. The primary objective is to inspect, test, and certify the firefighting systems, ensuring compliance with safety standards and regulations, particularly those set by the U.S. Coast Guard. This contract is crucial for maintaining operational safety aboard the vessel and is set aside exclusively for small businesses under NAICS Code 811310, with a funding amount of $12,500,000. Interested vendors must submit their quotes by 5:00 PM EST on June 3, 2025, to the designated contacts, Matthew Rhoads and Domenic Sestito, via email, and must be registered in SAM.gov to be eligible for consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    Keystone Fire and Security Co. performed a detailed fire system inspection for the Dredge McFarland on August 12, 2024. The inspection included evaluating various fire suppression systems, such as CO2 and LPCO2, ensuring compliance with manufacturer guidelines and applicable safety standards. Key aspects examined included the functionality of smoke detectors, pressure levels in system cylinders, and operational readiness of control panels and alarms. The report indicated various checks and tests conducted on detection and suppression equipment, with specific inquiries about the condition of the system and whether it was tampered with prior to arrival. Important safety measures emphasized included the need for proper operational equipment, and the customer's acknowledgment of coverage limitations regarding liability and indemnification. The findings serve as a necessary assessment for ongoing safety compliance in fire hazard management, highlighting critical areas that require attention or correction for effective future operations. This thorough evaluation is essential for maintaining safety standards and operational integrity in government-located facilities.
    The document outlines the Scope of Work for inspecting, testing, and certifying the firefighting systems aboard the Dredge McFarland. The primary goal is to ensure the fire systems, including CO2 systems, portable extinguishers, and the Ansul system, comply with USCG regulations as part of a renewal of the vessel's Certificate of Inspection. Key tasks include removal, inspection, and maintenance of 96 portable fire extinguishers, 8 semi-portable CO2 systems, and a fixed CO2 system, requiring hydrostatic testing, operational checks, and the replacement of components where necessary. The contractor must be USCG-approved and Kidde certified, ensuring compliance with safety requirements. All work should be performed at the Fort Mifflin Project Office in Philadelphia within 21 days, with a final acceptance contingent upon successful testing overseen by the COR and USCG. The contractor must provide detailed service reports upon completion, marking each serviced component adequately, reflecting compliance with safety standards. The recertification of all firefighting systems, including condition reports and certifications, is crucial for the vessel's operational readiness, emphasizing the importance of safety in maritime operations.
    This government solicitation seeks to award a Firm Fixed-Price service contract for the firefighting systems on the Dredge McFarland, covering the period from June 23, 2025, to July 14, 2025. Proposals will be evaluated based on responsible offerors who submit quotes that are fair, reasonable, and meet the prescribed performance work statement. Interested vendors must communicate inquiries in writing to the designated Contracting Branch contact, Matthew Rhoads. All quotes must be submitted via email and include essential documentation such as a completed SF 1449 form, SAM registration details, Unique Entity Identifier, CAGE Code, and Tax Identification Number. The successful supplier may be required to provide banking and past performance references before contract award. This solicitation reflects standard federal contract practices, aiming to ensure compliance and fair competition in government procurement processes. It underscores the importance of registration and documentation for vendors engaging in federal contracts to streamline operations and maintain contract integrity.
    This document outlines a Request for Proposal (RFP) for a contract relating to the recertification of the Firefighting System onboard the Dredge McFarland, managed by the U.S. Army Corps of Engineers, Philadelphia District. It specifies the solicitation details, including the delivery date of June 23, 2025, and the contract amount of $12,500,000. The intention is to have the firefighting system inspected, tested, and certified, ensuring compliance with established safety standards. The document outlines various clauses applicable to the procurement process, including Federal Acquisition Regulation (FAR) clauses that promote small business participation, particularly focusing on women-owned and economically disadvantaged women-owned small businesses. It emphasizes adherence to conditions relating to labor standards, environmental compliance, and payment methods. The purpose of this RFP is to ensure that qualified contractors respond to the solicitation by providing comprehensive service proposals, thereby enhancing operational safety aboard the Dredge McFarland while also supporting federal initiatives aimed at promoting equitable business opportunities within the public contracting sphere. Furthermore, it establishes inspection and acceptance criteria for deliverables under this contract, highlighting the government's commitment to maintaining high safety standards and compliance with federal regulations during the execution of the contract.
    The document outlines Wage Determination No. 2015-4233 under the Service Contract Act, issued by the U.S. Department of Labor. It establishes minimum wage rates and fringe benefits for various occupations in Pennsylvania, particularly within Delaware and Philadelphia counties. Contractors are required to comply with minimum wage standards aligned with Executive Orders 14026 and 13658, mandating hourly pay rates of at least $17.75 or $13.30, depending on the contract date. Specific wage rates for numerous job classifications, ranging from administrative support to mechanics, are included. Fringe benefits such as health and welfare contributions, vacation, and holiday provisions are mandated. Notably, provisions regarding Paid Sick Leave and guidelines for unlisted job classifications through conformance requests are highlighted. The document serves as a key resource for ensuring compliance with federal wage and labor standards within government contracts, reinforcing worker rights and proper compensation in line with legislative requirements.
    Similar Opportunities
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.
    Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor FY26
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for a maintenance dredging project along the Delaware River, extending from Philadelphia to the sea, as well as Wilmington Harbor for fiscal year 2026. The project involves the dredging of approximately 3.2 million cubic yards of sediment from the main navigation channel and an additional 420,000 cubic yards from Wilmington Harbor, with the dredged material to be disposed of in designated areas. This maintenance dredging is crucial for ensuring navigational safety and efficiency in these waterways, with an estimated project value between $25 million and $100 million and a performance period of 240 calendar days. Interested contractors are encouraged to submit their responses by 1:00 PM Eastern Time on December 19, 2025, to Eric Leach and Connor Struckmeyer via email, including specific project experience and qualifications as outlined in the notice.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (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 wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    FY26 San Francisco District Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. This dredging operation is critical for maintaining navigability and ensuring the safety of maritime operations in the region. The estimated contract value ranges from $5 million to $10 million, with the solicitation expected to be issued around April 11, 2025. Interested vendors should register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge for the Mississippi River, specifically in the New Orleans Harbor and adjacent lock forebays of the Gulf Intracoastal Waterway. The contract aims to enhance dredging capabilities in these critical waterways, with an estimated construction value ranging between $5 million and $10 million. This procurement is vital for maintaining navigability and safety in the region's waterways, ensuring efficient transport and commerce. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil, with the solicitation documents available on Sam.gov.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project. This procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. The dredging services are critical for maintaining navigable waterways and supporting maritime operations in the region. The estimated contract value ranges from $5 million to $10 million, with the solicitation expected to be issued around April 11, 2025. Interested vendors should register on beta.SAM.gov and may contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further information.