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
    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 demolition of existing structures and the installation of new mooring dolphins, foundations, and fender systems to enhance terminal operations while ensuring compliance with safety and environmental standards. The estimated project cost ranges from $5 million to $10 million, with a completion timeframe of 310 calendar days post-award. Interested contractors must submit their bids by March 31, 2025, and can direct inquiries to Michael McCue at michael.l.mccue@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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 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
    Similar Opportunities
    Troy Lock (AFO) Mooring Pier
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and upgrade of the Troy Lock (AFO) Mooring Pier located in Albany, New York. The project involves significant structural repairs, including the replacement of deteriorating timber fenders, reinforcing structural components, and addressing various deficiencies identified during inspections. This initiative is crucial for maintaining the safety and functionality of a key infrastructure asset on the Hudson River, ensuring it meets federal standards for hydraulic structures. Interested small businesses must submit their bids by March 11, 2025, with a project magnitude estimated between $1 million and $5 million. For further inquiries, bidders can contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil.
    REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project involves removing existing boilers and a storage tank, and installing new natural gas-fired condensing boilers, with an estimated construction cost between $500,000 and $1,000,000. This initiative is crucial for enhancing energy efficiency and operational readiness at a vital Coast Guard facility, while also supporting small business participation through a total small business set-aside. Interested contractors must submit their bids by March 6, 2025, and are encouraged to attend a site visit on February 21, 2025, for further insights into the project requirements. For additional information, contractors may contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Maintenance Dredging of Newark Bay, NJ – -50ft., -45ft., -40ft., and -35ft. Reaches
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist New York office, is seeking contractors for the maintenance dredging of Newark Bay, New Jersey, targeting depths of -50ft, -45ft, -40ft, and -35ft. The objective of this procurement is to ensure navigational safety and efficiency in the bay by removing sediment and debris that may obstruct maritime operations. Maintenance dredging is crucial for maintaining shipping channels and supporting local commerce and environmental health. Interested parties should reach out to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil or Kenneth L. Peterson at kenneth.l.peterson@usace.army.mil for further details regarding this sources sought notice.
    Cape Cod Canal, Buzzards Bay, MA ? Painting and Steel Repairs, Vertical Lift Railroad Bridge
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for painting and steel repairs on the Vertical Lift Railroad Bridge over the Cape Cod Canal in Buzzards Bay, Massachusetts. The project aims to address critical maintenance needs, including quality control measures and environmental protections, while ensuring compliance with federal regulations and safety standards. This infrastructure project is vital for maintaining the operational integrity of the bridge, which serves as a key transportation link. Interested contractors should note that the bid deadline has been extended to March 5, 2025, and can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further inquiries.
    Chickamauga Lock Replacement Approach Wall and Decommissioning
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction project titled "Chickamauga Lock Replacement Approach Wall and Decommissioning" located in Chattanooga, Tennessee. This project, estimated to cost between $250 million and $500 million, involves the replacement of approach walls and the decommissioning of the existing lock, requiring a firm fixed-price contract with performance and payment bonds. The procurement is crucial for enhancing regional infrastructure and operational safety, with proposals due by April 7, 2025, and a pre-proposal meeting scheduled for February 20, 2025. Interested contractors can contact Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil for further details.
    Unarmed Guard Services at Caven Point Marine Terminal, Jersey City, NJ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide unarmed guard services at the Caven Point Marine Terminal in Jersey City, New Jersey. The procurement requires the provision of trained security personnel who will ensure compliance with inspection standards, maintain records of incidents, and safeguard government property while adhering to established security procedures. This contract is crucial for maintaining the safety and security of defense facilities, reflecting the government's commitment to operational readiness and compliance with federal regulations. Interested parties can contact Mohenda R. Surage at mohandra.r.surage@usace.army.mil or by phone at 917-790-8088 for further details regarding the proposal, which is expected to span a five-year term with specific performance requirements outlined in the Statement of Work.
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    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.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, including the construction of new channels to replace existing culverts, with an emphasis on sustainability and compliance with environmental regulations. The estimated construction cost ranges from $10 million to $25 million, and proposals will be evaluated based on price and various non-cost factors, including corporate experience and small business utilization. Interested contractors must submit their proposals by March 31, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    W912EE25BA003 - LEASE OF ONE CUTTERHEAD, HYDRAULIC PIPELINE DREDGE (NOT LESS THAN 24 INCH DIAMETER), FULLY OPERATED WITH ATTENDANT PLANT AND PERSONNEL, AND WITH A DRAFT NOT TO EXCEED 9 FEET, FOR CONSTRUCTION AND MAINTENANCE DREDGING WITHIN THE VICKSBURG D
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the lease of a fully operated cutterhead hydraulic pipeline dredge, specifically designed for construction and maintenance dredging within the Vicksburg District in Mississippi. The procurement aims to support infrastructure maintenance and development in the region, with an estimated contract value between $5 million and $10 million. Contractors are required to submit sealed bids by March 26, 2025, including necessary documentation such as a completed SF-1442 form and a bid guarantee, with a performance timeline of 365 days from the Notice to Proceed. For further inquiries, interested parties may contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or by phone at 601-631-5248.