Hybrid vessel Charging System Project at Caven Point Marine Terminal
ID: W912DS25B0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Hybrid Vessel Charging System Project at the Caven Point Marine Terminal in Jersey City, New Jersey. This project involves the construction of a new shore power system, including the demolition of existing structures and the installation of new mooring dolphins, foundations, and fender systems, with an estimated budget between $5 million and $10 million. The initiative aims to enhance terminal operations while ensuring compliance with safety and environmental standards, emphasizing the importance of timely project execution within a 310-day completion timeframe. Interested contractors must submit their bids by April 21, 2025, and can direct inquiries to Michael McCue at michael.l.mccue@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 4:05 PM UTC
The Caven Point Marine Terminal is set to undergo significant construction on its Hybrid Vessel Shore Power System in Jersey City, New Jersey. The project entails the demolition of existing structures and the installation of new mooring dolphins, foundations, and fender systems to enhance terminal operations without disrupting current activities. The contractor must mobilize within five days of the Notice to Proceed and is expected to complete the entire project within 310 calendar days, adhering to established milestones. The project cost is estimated between $5 million and $10 million. Key features include extensive safety protocols, coordination of operations within occupied premises, and compliance with environmental standards. As part of the bidding process, contractors must provide a comprehensive breakdown of costs and ensure robust project management, including veteran employment initiatives. The document serves as a guideline for contractors to ensure compliance with government regulations and timelines while achieving operational improvements at the terminal.
Feb 28, 2025, 10:05 PM UTC
The Caven Point Marine Terminal (CPMT) Hybrid Vessel Shore Power System project involves the design and construction of facilities to dock the new vessel, the Driftmaster II. This report outlines the project’s background, engineering studies, design criteria, and analyses performed on the mooring structure and fender system. Key components include new mooring hardware, a cable crane for shore power connection, and an electrical distribution system to support vessel operations. Site assessments noted existing bollards, their capacities, and the need for reinforced designs to handle anticipated wind loads and other environmental stresses. The project emphasizes safety and structural integrity with a design life of 50 years for key components. Geotechnical investigations assessed soil conditions, guiding foundation designs, which include micropiles anchored into bedrock. The updated fender system and mooring analysis ensure the protection of the charging infrastructure during docking. The report serves to consolidate engineering findings and recommendations, ensuring compliance with federal guidelines and facilitating the necessary permitting processes. Overall, the prospective project aims to modernize the terminal's capabilities while ensuring safety and environmental considerations in structure design and construction management.
Mar 27, 2025, 4:05 PM UTC
The document details a solicitation from the US Army Corps of Engineers (USACE) for the development of a Hybrid Vessel Shore Power System at the Caven Point Marine Terminal (CPMT) in Jersey City, New Jersey, set to be advertised in January 2025. It comprises various engineering, structural, and electrical drawings, as well as specifications for the project's execution. The key points include requirements for site assessment, construction management protocols, safety regulations, and environmental protections that contractors must adhere to during construction. The project demands precise coordination with existing utilities, comprehensive inspections, and rigorous compliance with federal, state, and local regulations. It outlines the roles and responsibilities of contractors, emphasizing the need for reporting discrepancies and safety measures throughout the construction phases. The complexity of integrating new systems while maintaining operational integrity at the terminal exemplifies USACE's commitment to advancing infrastructure while prioritizing environmental sustainability and stakeholder safety. This RFP is part of broader federal objectives to modernize marine facilities and enhance operational capabilities.
Mar 27, 2025, 4:05 PM UTC
The document is a technical drawing and approval request for the ShoreCONNECT cable crane, delineating specifications and dimensions essential for its installation. It includes various structural and mechanical details regarding cable anchoring points both on the ship and in the parking position, ensuring compliance with safety and operational standards. The document stipulates the need for an approval signature and indicates the date of approval, emphasizing that reproduction or distribution of the information is prohibited without express permission. Significant technical parameters such as dimensions, weights (approximately 6200 kg), and grounding points are carefully documented, along with tolerances in alignment with ISO standards. This technical document serves both as a design specification and a formal request for government RFP submissions concerning dockside power infrastructure, ensuring alignment with federal regulations and safety protocols in maritime operations.
Mar 27, 2025, 4:05 PM UTC
The document outlines specifications and approval requirements for a ShoreCONNECT cable dispenser, emphasizing the importance of maintaining confidentiality and compliance with proprietary restrictions. It mandates that any reproduction or distribution of the document's contents is prohibited without authorization, highlighting potential legal liabilities for violations. The document includes technical specifications such as dimensions, weights, materials, and tolerances, essential for manufacturing and installation processes. Key elements include a detailed drawing with specific scaling, general tolerances, and various dimensions that support the design and functionality of the cable dispenser as it relates to hotel shore power systems on ships. The date and revision information indicate the document's currency, essential for ongoing projects or proposals. This document is significant within the context of government RFPs as it provides the technical groundwork necessary for manufacturing proposals, ensuring that contractors meet the outlined specifications in compliance with federal and local regulations.
Mar 27, 2025, 4:05 PM UTC
Mar 27, 2025, 4:05 PM UTC
Mar 27, 2025, 4:05 PM UTC
Mar 27, 2025, 4:05 PM UTC
Mar 27, 2025, 4:05 PM UTC
The memorandum from the U.S. Army Corps of Engineers requests the rescission of OPORD 2023-25 regarding signage requirements under the Bipartisan Infrastructure Law. This action follows the revocation of relevant executive orders by the President on January 20, 2025, which eliminated the implementation directives associated with the Infrastructure Investment and Jobs Act. The rescission of Controller Alert 23-6, which provided guidelines for signage related to the Investing in America emblem, also contributes to this request. The memorandum emphasizes the need for immediate cessation of the signage requirements outlined in OPORD 2023-25 due to these changes, and it instructs agencies to revise any existing guidelines accordingly. The primary contact for the memorandum is Douglas Sims from the Programs Integration Division. This document is a response to evolving policy adjustments, signaling an operational shift in the management of project signage requirements and indicating a broader reconsideration of related agency activities.
Mar 27, 2025, 4:05 PM UTC
The document is an amendment to a solicitation for contract modification related to the US Army Corps of Engineers' project for Shore Power at Caven Point Marine Terminal, New Jersey (Solicitation #: W912DS25B0003). The amendment primarily communicates changes in the terms and conditions, with a deadline for acknowledging receipt set by March 2025. Key deletions include certain clauses related to compliance reports and equal opportunity requirements, while new specifications for contractor responsibilities regarding design and installation of various foundational elements are introduced. Additionally, it addresses bidders' questions on various project-related details, including RFI deadlines, responsibilities for construction elements, and requirements for quality control and aerial photography. Clarifications are provided regarding foundation designs, trench drain sizes, inspector qualifications, and project timelines. The amendment also outlines modifications in administrative procedures and expectations from contractors. This summary emphasizes necessary compliance, changes in responsibilities, and the necessity for clear communication between contractors and the USACE to ensure project success.
Mar 27, 2025, 4:05 PM UTC
The document outlines Amendment No. 2 of the solicitation for the Hybrid Vessel Shore Power Charging System project at Caven Point Marine Terminal, Hudson County, NJ. It details significant changes to the solicitation including an extension of the bid submission deadline from March 31, 2025, to April 21, 2025, and provisions for a 100% unrestricted competition with a HubZone price evaluation preference. Key requirements specify that bids must be received by 2:00 PM EDT on the new due date, and emphasizes timely delivery to the designated room due to heightened security at government facilities. Additional modifications include updates to the Contractor Performance Assessment Reporting System (CPARS) for bid submission, requiring contractors to utilize revised Standard Forms (SF24, SF25, SF25A) for bonds. A segment also addresses bidders' questions regarding diverse business enterprises (DBE) and request for information (RFI) deadlines. The document encapsulates the government's initiative to ensure compliant bidding practices and establish clear communication channels for potential contractors. Overall, this amendment reinforces strict adherence to guidelines while facilitating increased contractor participation.
Mar 27, 2025, 4:05 PM UTC
The U.S. Army Corps of Engineers is soliciting bids for a Hybrid Vessel Shore Power Charging System at the Caven Point Marine Terminal in Gateway, NJ. This project emphasizes unrestricted competition, with a price evaluation preference for HubZone small businesses. The estimated budget ranges between $5 million and $10 million, and prospective contractors must comply with the NAICS code 237990. Bids must be submitted by 31 March 2025, with a firm completion timeframe of 310 days post-award. The solicitation specifies requirements for performance and payment bonds and mandates bidders to include certain documentation, such as a signed Standard Form 1442 and bid guarantees. The government emphasizes the importance of timely bid submissions due to security protocols at the federal facility. Additional clauses govern bid integrity, contractor reliability, and labor compliance, reinforcing accountability in contract performance. This procurement process demonstrates the government's commitment to sustainable initiative development and effective project execution.
The document is a Frag Order (FRAGORD) from HQUSACE, announcing the total rescission of OPORD 2023-25, which outlined Project Signage Requirements under the Bipartisan Infrastructure Law (BIL). Effective immediately, all activities related to BIL signage, including the installation and reporting of signage, must cease. The order mandates that no further actions be taken on existing signage until new guidance is issued. The document emphasizes the importance of acknowledgment from various military subcommands and agencies regarding receipt of the order. Key contacts for further information are provided, and resources related to the order can be accessed via the USACE SharePoint site. This action reflects a significant change in operations relating to the signage requirements associated with federal infrastructure projects under the Bipartisan Infrastructure Law, possibly indicating a shift in policy or approach to project communication and public awareness.
Mar 27, 2025, 4:05 PM UTC
The document outlines the specifications and regulations for the Cable Crane project at Caven Point, focusing on the technical implementation and electrical wiring standards required by the US Army Corps of Engineers. It details project identifiers, wiring regulations, material specifications, and enclosure requirements, emphasizing compliance with various international standards (e.g., UL, CSA, CE). Additionally, it includes a structured index of components, including PLC modules, control circuits, and safety measures, ensuring clear communication of the system's layout and operational protocols. The document serves as an essential guide for contractors tasked with the installation and operation of the cable crane system, ensuring adherence to technical requirements and safety standards in line with federal and local regulations. Overall, it emphasizes the importance of systematic implementation and the inclusion of stakeholders in the approval process for successful project execution.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Install 440V/200 Amp Service For Southern Section, 1009, Navy Boat Dock, Range Management
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the installation of a 440V/200 Amp electrical service at the Southern Section, 1009, Navy Boat Dock located at MCAS Cherry Point, North Carolina. This project, identified as Project No. 7444338, aims to ensure minimal disruption to ongoing operations while adhering to strict safety and compliance standards, including the Davis-Bacon Act and regulations regarding forced labor. The estimated project cost ranges from $25,000 to $100,000, with proposals due by April 9, 2025, and the contract expected to be completed within 90 days post-award. Interested contractors, specifically those listed as M&R MACC contractors, should direct inquiries to Joanna Miller or Ericka J. Bishop via the provided contact details.
Installation of 4 Additional Shore Power Cable, Pier#8 (MATOC Contractor Only)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking a qualified contractor to install four additional shore power cables at Pier 8, exclusively available to MATOC contractors. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is crucial for enhancing the operational capabilities of the facility by providing reliable shore power. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for the solicitation number W90VN925RA046. For further inquiries, contractors may contact Chong Hyon Kwon at chonghyon.kwon.ln@army.mil or by phone at 315-763-5693.
Manufacturing Lab Addition Between B331 B332 and Renovations, Lakehurst Naval Base, Joint Base-MDL, New Jersey
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking bids for a construction project at Lakehurst Naval Base, part of Joint Base-MDL in New Jersey. The project involves the construction of a new 5,178 square foot manufacturing lab addition between two existing laboratory buildings, along with necessary renovations to those buildings, including asbestos remediation and utility relocations. This initiative is crucial for enhancing collaborative space for prototype, manufacturing, and engineering operations, with a contract value estimated between $5 million and $10 million. Interested small businesses must submit bids by the specified deadlines, with the solicitation expected to be advertised in April 2025 and contract award anticipated by June 2025. For further inquiries, contact Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," with a focus on comprehensive repair services including drydocking, hull cleaning, painting, and compliance with safety inspections. The contract requires bidders to provide detailed pricing for various repair tasks, ensuring adherence to ABS and USCG standards, and emphasizes the importance of contractor accountability in maintaining safety and environmental compliance throughout the project. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Corps' infrastructure capabilities. Interested contractors must submit their bids via the SAM.gov platform, and the period of performance is set for 30 days from the vessel's delivery to the contractor's yard, with inquiries directed to Matthew Rhoads or Domenic Sestito via their provided email addresses.
North Atlantic Division FY25 Dredge Schedule Notification
Buyer not available
The U.S. Army Corps of Engineers (USACE), North Atlantic Division (NAD), is announcing the Fiscal Year 2025 dredging projects scheduled for solicitation across various districts, including Norfolk, Baltimore, Philadelphia, New York, and New England. The opportunity encompasses a range of maintenance dredging projects aimed at ensuring navigable waterways and supporting coastal infrastructure, with detailed schedules provided in accompanying documents that outline project locations, dredge types, material quantities, and timelines for advertisement and completion. These projects are critical for maintaining navigation channels and structures essential for maritime operations, with significant contracts including maintenance dredging in Newark Bay, beach nourishment efforts in Rehoboth Beach, and the Craney Island Eastward Expansion in Virginia. Interested contractors can reach out to primary contacts Brooke Patterson at brooke.l.patterson@usace.army.mil or Jason Moy at jason.n.moy2@usace.army.mil for further details, with project timelines spanning from December 2024 to March 2026.
P-1238, CONSTRUCTION OF GRID STABILITY AND RESILIENCY 10 MW, BATTERY ENERGY STORAGE SYSTEMS, MARINE CORPS AIR GROUND COMBAT CENTER (MCAGCC), TWENTYNINE PALMS, CA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting proposals for the design and construction of a 10 MW Battery Energy Storage System (BESS) at the Marine Corps Air Ground Combat Center (MCAGCC) in Twentynine Palms, California. This project aims to enhance grid stability and energy resilience by integrating BESS with existing solar photovoltaic systems, ensuring compliance with cybersecurity protocols and promoting sustainable energy practices. The total construction cost limitation is set at $43 million, with a proposal submission deadline of May 22, 2024, and a construction period of 913 calendar days. Interested contractors should contact Kathryn Cranford at kathryn.r.cranford.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil for further details.
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the Design-Bid-Build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project aims to refurbish critical infrastructure, including rebuilding caisson seats, upgrading utility systems, and enhancing safety measures, with a focus on sustainable practices as outlined in the recently amended solicitation. This modernization is vital for maintaining operational readiness and supporting the U.S. Navy's long-term mission capabilities. Interested contractors must submit their proposals electronically by May 8, 2025, and are encouraged to demonstrate small business participation of at least 20% of the contract value. For further inquiries, potential bidders can contact Daniel Rocha at daniel.r.rocha2.civ@us.navy.mil or Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil.
Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the electrical infrastructure and ensure the reliability of utility services critical to the operations at the naval station. The work involved is vital for maintaining operational readiness and safety standards within the facility. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details regarding the solicitation process.
Sources Sought for Market Research Purposes for NAD-AF RMMR Program CEHNC.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified firms to provide Recurring Maintenance and Minor Repair (RMMR) services for the Defense Logistics Agency – Energy (DLA-E) at Joint Base MDL in New Jersey. This initiative aims to ensure the operational readiness and safety of federal petroleum facilities by delivering comprehensive maintenance services that adhere to military standards and address specific deficiencies. The program is critical for sustaining a robust fueling capability essential for military operations, emphasizing the importance of compliance with safety and environmental regulations. Interested firms are encouraged to submit their qualifications and Capability Statements by April 21, 2025, with inquiries directed to James Monte Long at james.m.long@usace.army.mil or Darcy A. Hackler at darcy.a.hackler@usace.army.mil.
W912HN25B4004 Project No.: 88726 CONSTRUCT CYBER - DOD INFORMATION NETWORK FACILITY MCA3
Buyer not available
The U.S. Army Corps of Engineers (USACE) Savannah District is soliciting bids for the construction of a Cyber and DOD Information Network Facility at Fort Eisenhower, Georgia, under Project No. 88726. This project aims to establish a state-of-the-art training facility that includes classrooms, instructional labs, administrative spaces, and secure information systems, adhering to the Army’s design standards and ensuring compliance with DoD security and accessibility requirements. The contract, which is a Firm-Fixed-Price (FFP) type, is estimated to be valued between $100 million and $250 million, with bids due by May 1, 2025, and a site visit scheduled for April 17, 2025. Interested contractors should contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to participate in the bidding process.