3532 Revetment Barges
ID: W912BU24B0023Type: Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

BARGES AND LIGHTERS, SPECIAL PURPOSE (1935)

Set Aside

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

    The U.S. Army Corps of Engineers (USACE) is soliciting bids for the construction and delivery of four new welded steel revetment barges, with an option for two additional units, to support the Vicksburg District's operations. The barges, measuring 160 feet in length, 36 feet in beam, and 11 feet in depth, will augment the existing fleet used for mat sinking operations, which are critical for maintaining river infrastructure. Contractors must adhere to stringent quality control and safety standards throughout the project, which is structured in three phases: planning, construction/testing, and delivery, with a total contract duration of 640 days as per the latest amendments. Interested parties should contact Michael J. Hunter at michael.j.hunter@usace.army.mil or Matthew Rhoads at matthew.t.rhoads@usace.army.mil for further details and must ensure registration in the System for Award Management (SAM) prior to bidding.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications and hydrostatic calculations for the CEMVK Revetment Barge, a 160' x 36' x 11' deck cargo vessel designed for river and intracoastal waterway use. It provides detailed weight estimates for various structural components, including shell plating, transverse and longitudinal structures, and system installations such as winches and deck fittings. The total calculated displacement is approximately 726 long tons with dynamic buoyancy and stability parameters detailed for specific drafts without trim or heel adjustments. Essential hydrostatic properties are defined, allowing for longitudinal and vertical center calculations, and moments to assess vessel stability. The document serves to inform stakeholders involved in federal grants, RFPs, and engineering projects related to the design and construction of marine vessels, ensuring compliance with safety and operational standards.
    The document outlines the design and specifications for the CEMVK Revetment Barge developed by the U.S. Army Corps of Engineers, focusing on a barge measuring 160 feet by 36 feet by 11 feet. It details critical structural components, including hull characteristics, safety regulations, load capacities, and material specifications. The document serves as a comprehensive guide for construction, dictating adherence to American Bureau of Shipping (ABS) rules, and includes detailed drawings for assembly, deck fittings, and structural reinforcements. The main aim of the file is to facilitate accurate bidding and ensure compliance with engineering standards through meticulous documentation. Moreover, the structure is designed for stability and strength, balancing functionality with safety throughout the construction and operational phases. This effort reflects the Corps' commitment to maintaining high standards in marine vessel design and highlights their role in federal contracting and project management within government frameworks.
    The document outlines the revised paint schedule for the Marine Design Center's standard floating plant, specifically the revetment barge. It details the coating specifications, including the type, color, and dry film thickness (DFT) of various paints for different parts of the vessel. The paint schedule includes multiple coating cycles for different areas such as the interior hull, deck fittings, and the hull above and below the waterline. Each section specifies the required coatings, including products from brands like Amercoat, International Paint, Sherwin-Williams, Carboline, and Jotun, along with their application thickness ranges. This document serves to ensure that the vessels meet necessary durability and safety standards while properly coordinating the materials used in federal military projects. Overall, the schedule is crucial for maintaining compliance with government contracted specifications and quality assurance in marine design and construction.
    The document outlines the specifications, revisions, and design details for the CEMVK Revetment Barge, a project under the U.S. Army Corps of Engineers. The barge measures 160' in length, 36' in beam, and 11' in depth, with a lightship draft of 2' and a full load draft of 8'4". It includes a detailed list of required structural drawings and specifications covering aspects such as deck and bottom plating, longitudinal and transverse structures, side shell plating, and various supporting details like winch arrangements and fendering. Each component is essential for ensuring the vessel meets the standards set by the American Bureau of Shipping (ABS), which classifies it for river service. The document also emphasizes the importance of maintaining strict adherence to safety and material specifications during construction to uphold regulatory compliance and structural integrity. The information is clearly sequenced, covering revisions, project specifications, and essential structural elements to ensure cohesive understanding and execution of the design.
    The document details the Payment Bond for contracts other than construction within federal guidelines, specifically under FAR (48 CFR) 28.103-3. It outlines responsibilities of the Principal (the contractor) and Surety(ies), as well as the conditions under which the bond becomes void or enforceable. The bond is an assurance that the Principal will make timely payments to all individuals and entities involved in the contract. If the Principal fails to do so, claimants have the right to seek payment directly from the Surety(ies), provided they follow specific notice and time requirements. The document specifies legal parameters for claims, including required notifications and limitations regarding where legal actions may be initiated. Additionally, it details the necessary information for executing the bond, including identification of the Principal, the type of organization, and relevant signatures. This bond serves to protect laborers and suppliers in federal contracts, ensuring they receive payment for work performed, thereby reinforcing financial responsibilities in government contracts. Overall, the document articulates essential regulatory compliance measures within federal RFPs, grants, and local/state contract requirements, underscoring the importance of financial security in government projects.
    The document outlines the provisions and requirements for a Performance Bond specifically designed for non-construction government contracts. The bond, executed by the Principal (contractor) and Surety (guarantor), guarantees the completion of the contract's obligations during its term and any extensions. Should the Principal fulfill all stipulated terms, the bond becomes void; otherwise, it ensures financial backing for the Government against defaults. It details the need for proper corporate seals, signatures, and the submission process to the contracting office. Additionally, any individual sureties must provide a supporting Affidavit of Individual Surety. This bond form, part of federal regulations, is vital for safeguarding against potential breaches in contract execution in government projects, ensuring accountability, and managing risks associated with public funds. The document also specifies compliance with the Paperwork Reduction Act, indicating the expected time to complete the bond and inviting feedback on this estimate.
    The document outlines the Bid Bond requirements associated with federal government solicitations, specifically when a bid guaranty is necessary for contracting purposes. It captures essential details such as the principal's legal name, business address, surety information, and bond penal sum, alongside the conditions under which the bond becomes void upon acceptance of the bid by the government. Key stipulations clarify that the principal must execute additional contractual documents and provide necessary bonds within specified timeframes, or otherwise face financial repercussions for any excess costs incurred by the government. Sureties are required to be listed and must adhere to existing regulations from the Department of the Treasury. The form elaborates on procedures for individuals and corporations, defining their responsibilities and requisite documentation, including proof of authority if applicable. Overall, the form encapsulates the necessary legal and procedural framework required for parties involved in competitive bidding for government contracts, ensuring compliance and safeguarding against default.
    The document outlines a Request for Proposal (RFP) for the construction and delivery of four new welded steel revetment barges for the U.S. Army Corps of Engineers, Vicksburg District. The project includes three phases: planning, construction/testing, and delivery, with options for purchasing additional barges. The specifications detail the barges' size (160' length, 36' beam, 11' depth) and capacity requirements for transporting mat stacks. Contractors must comply with various design and construction standards set by regulatory agencies, including the American Bureau of Shipping (ABS) and the U.S. Coast Guard (USCG). The document emphasizes quality control, safety standards, and detailed inspection protocols throughout construction, requiring documentation and warranty obligations. The issuance includes timelines, evaluation criteria, and contact information. This RFP demonstrates the federal government's initiative to enhance infrastructure through transparent procurement processes while adhering to stringent safety and engineering standards.
    This government document outlines Amendment No. 0001 to Solicitation W912BU24B0023 concerning the construction of four new welded steel revetment barges by the U.S. Army Corps of Engineers. The amendment provides essential updates based on submitted Requests for Information (RFIs), such as the removal of references to anodes and the clarification that mat stacks will be government-provided. The amendment extends the period of performance with specific timelines for multiple phases of the project, delineating a total contract duration of 490 days, with options for extension. Furthermore, the contractor is tasked with submitting updated engineering drawings for ABS class approval and ensuring all associated costs for classification are borne by them. The document also highlights quality control standards, contractor responsibilities throughout various phases (Planning, Construction, and Delivery), and stipulates requirements for inspections, documentation, and safety protocols during the construction process. Overall, it establishes a clear framework for effective project management and compliance with military standards while engaging in government contracting processes.
    The document is an amendment to a solicitation for the U.S. Army Corps of Engineers regarding the construction and delivery of four revetment barges. It addresses two specific requests for information (RFIs) related to the drawing package and delivery timeline, while also including an updated drawing package and making adjustments to sections F and H of the contract. The primary change includes extending delivery timelines, allowing an additional 30 days for specific contract line item numbers (CLINs), resulting in a total delivery period of 640 days. The document outlines the contract’s phase structure, specifying that construction, testing, and delivery will occur over three sequential phases after receiving the appropriate notifications. It also details submission requirements for each phase, such as safety and procurement plans, contractor qualifications, and engineering documentation. The approach ensures compliance with safety standards and thorough inspection processes. Finally, the document underscores the need for clear communication between the contractor and the government to mitigate risks associated with delayed submissions and reviews, maintaining a focus on quality and timely project delivery.
    Lifecycle
    Title
    Type
    3532 Revetment Barges
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2023 {OM23008)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of 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 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 documents will be posted on Sam.gov. Interested vendors are encouraged to register on beta.SAM.gov. 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.
    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.
    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. 6-2023 {OM23006)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of 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 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 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. 4-2023 {OM23004)
    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 documents will be posted on SAM.gov, and interested vendors are encouraged to register on beta.SAM.gov. 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. 9-2023 {OM23009)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in 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 dredge 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.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2023 {OM23007)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in 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.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2023 {OM23010)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2023 (OM23010). The service being procured is the furnishing of one fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for dredging operations in 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 documents will be posted on Sam.gov, and interested vendors are encouraged to register on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a 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 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.