D6 Ringtail Courtesy Dock Replacement
ID: 127EAU24Q0127Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA SOUTHWEST 4Albuquerque, NM, 871023498, USA

NAICS

Ship Building and Repairing (336611)

PSC

PONTOONS AND FLOATING DOCKS (1945)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the replacement of the aluminum courtesy floating dock at the Ringtail Launch Site on Lake Roosevelt. This procurement involves a firm fixed-price contract for a 5’ x 80’ floating dock, with a delivery timeline set for 30 days post-award and a performance period from September 19, 2024, to November 28, 2024. The project is significant for enhancing public access and safety at the Tonto National Forest's waterways, and it is set aside for small businesses, with preferences for service-disabled veteran-owned and economically disadvantaged women-owned small businesses. Interested parties must submit their proposals by September 18, 2024, and can contact Katherine Stewart at katherine.stewart@usda.gov or 618-604-4000 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides instructions for completing the Independent Government Estimate (IGE) form used in federal procurement. It outlines different IGE types, including Stand Alone IGE, Stand Alone IGE with options, IDIQ, and Task Orders, indicating their appropriate use based on project requirements. The IGE serves as an independent cost estimate that must reflect detailed pricing comparable to contractor quotes, incorporating assumptions used to formulate the estimates. The IGE aids Contracting Officers (COs) in assessing procurement values and establishing relevant thresholds for solicitation. It also plays a role in evaluating offeror pricing during the selection process. The document includes a Schedule of Items for the Ringtail Courtesy Dock Replacement project within the Tonto Basin Ranger District, emphasizing anticipated delivery details and firm fixed-price contract expectations. Overall, this IGE is essential for ensuring transparency and proper evaluation in government contracting processes.
    The document outlines specifications for gangway products offered by Gator Dock & Marine, LLC and Mantle Industries, LLC, subsidiaries of CMI Limited Co. Key features include a maximum length of up to 80 feet and maximum width of 8 feet, with a structural material of 6061-T6 aluminum. The gangways are designed to accommodate a standard live load of 50 pounds per square foot (psf) and a maximum occasional vehicle load of 2,500 pounds. Customizations such as project-specific live load designs, rail options, and decking choices are available, along with design adherence to various building codes including ASCE 7 and IBC. The document further details various gangway styles, including Dura-Ramp II and Dura-Ramp I, and emphasizes the option for slip-resistant aluminum decking. The information is pertinent to government sectors considering procurement of such structures through federal or local RFPs, providing essential guidelines for compliance, safety, and design standards. Overall, this serves as a technical overview aimed at potential government clients or contractors involved in infrastructure and marine construction projects.
    The document outlines Solicitation Number 127EAU24Q0127 for the procurement of a Floating Dock by the U.S. Forest Service, specifically a 5’ x 80’ aluminum floating dock, along with necessary components. This Request for Quotation (RFQ) is designated for small businesses under NAICS code 336611. Proposals are required by September 18, 2024, with a basis for awards being fair market value due to combining price and past performance assessments. Offerors must register in the System for Award Management (SAM) and provide detailed price proposals, required representations, and certifications. The contract terms reflect compliance with various Federal Acquisition Regulations (FAR) relevant to commercial products and specify that the delivery must be completed by November 28, 2024. The solicitation emphasizes the contractor’s obligation to ensure product quality and adherence to specifications, including the potential for "brand name or equal" substitutions. Overall, this solicitation represents a critical step in enhancing the infrastructure of the Tonto Basin Ranger District, showcasing the government’s efforts to collaborate with small businesses while adhering to regulatory requirements and promoting fair market practices.
    The document outlines specifications for a 25-foot Poly-Tub Float Dock offered by CMI Limited Co., including its design capabilities, materials, and load tolerances. Key features include a maximum pile spacing of 25 feet, structural construction from 6061-T6 aluminum, and a live load capacity of 20 pounds per square foot (psf). Recommendations for dock performance under varying wave heights, custom decking options, and the potential for adjustments based on project specifications are noted. It emphasizes that the dock can support additional load requirements and includes various rail and bumper options. Standard design codes mentioned include the Aluminum Design Manual and AWS D1.2. The file serves as a technical overview for constructing floating docks, likely aimed at guiding proposals or grants by providing essential details for potential future projects under various federal and state RFPs, emphasizing adaptability to specific environmental conditions and project needs.
    The document is a Request for Proposal (RFP) issued by the USDA Forest Service for the replacement of the Tonto National Forest's floating dock. It outlines a firm fixed price acquisition for supplies, with an invoice submission process via IPP.gov contingent on delivery acceptance. The delivery timeline is specified as 30 days post-award, and the period of performance ranges from September 19, 2024, to November 28, 2024. Essential details include contact information for the procurement and technical representatives, Katherine Stewart and Brandon Hollingshead, respectively. The RFP indicates a set-aside for small businesses and preferences for service-disabled veteran-owned and economically disadvantaged women-owned small businesses. The document emphasizes that contractors must communicate with the Contracting Officer’s Representative (COR) before delivery, ensuring adherence to regulatory requirements and standards throughout the contract execution. Overall, this RFP reflects a structured approach to acquiring services while supporting federal contracting goals.
    The document outlines specifications for a proposed floating dock and gangway system, likely as part of a governmental Request for Proposals (RFP) or grant initiative. It details a 5’ x 80’ floating dock featuring aluminum decking and a poly float designed for a live load (LL) of 20 pounds per square foot, with a freeboard of 16-18 inches. Additionally, it describes a 5’ (4.5’ clear) x 20’ DR-1 gangway that includes aluminum decking and a welded truss type rail on both sides. Key features of the gangway include an ADA-compliant grab rail with a toe rail, a hinge connection at one end, and rollers with a 2’ transition plate at the opposite end, designed to support a live load of 100 PSF and meet a specified deflection ratio. This proposal serves to enhance accessibility and safety at waterway points, aligning with public infrastructure needs and potential funding opportunities.
    This document outlines specifications for gangway structures manufactured by Gator Dock & Marine, LLC and Mantle Industries, LLC, subsidiaries of CMI Limited Co. It details maximum dimensions, structural materials, and load capacities, highlighting features such as the use of 6061-T6 aluminum and offering options for color, texture, and railing styles. The gangways can support different live loads—40 psi for residential and 100 psi for commercial applications—and additional evaluation is available for spans over 100 feet and light-duty vehicle support up to 2,500 lbs. Compliance with various design codes, including AASHTO and International Building Codes, is ensured upon request. The document serves as a technical resource for potential government RFPs, grants, and state/local projects requiring these structures, thereby aiding agencies in understanding the capabilities and options for gangway solutions in relevant infrastructure developments. The update noted in March 2023 reinforces the company's commitment to providing adaptable and code-compliant designs.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Lumber and Dock parts for Sandy Lake Recreation Area
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of lumber and dock parts for the Sandy Lake Recreation Area in McGregor, Minnesota. The procurement includes a variety of materials such as foam-filled plastic floats, galvanized connectors, lumber, screws, and bolts, with specific sizes and quantities outlined in the solicitation. This initiative is crucial for enhancing recreational facilities and is designated as a total small business set-aside, promoting participation from small businesses in compliance with Federal Acquisition Regulation (FAR) requirements. Interested vendors must submit their offers electronically by 12:00 PM on September 19, 2024, with delivery of the materials required by October 30, 2024. For further inquiries, contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil.
    LMA RSW Replacement Fender
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of two new marine leg fenders to replace damaged fenders at the Lower Monumental Lock and Dam in Washington. The procurement requires compliance with specific technical specifications to ensure the fenders' durability and performance under challenging conditions, including UV exposure and extreme temperatures, with detailed requirements regarding dimensions, material tensile strength, and energy absorption characteristics. This project is critical for maintaining the integrity of the dam's infrastructure and ensuring effective water management systems. Interested contractors must submit their proposals by 11:00 AM on September 20, 2024, and should contact Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further information.
    Highline Docks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of highline docks, with a focus on small business participation under a Total Small Business Set-Aside. The solicitation requires offerors to provide new highline docks that meet specific load capacity and dimensional criteria, to be delivered to Fort Bliss, Texas, and Tyndall Air Force Base, Florida. This procurement is critical for supporting military logistics and operations, ensuring the efficient handling of cargo. Interested vendors must submit their proposals by 12:00 p.m. Eastern Time on September 20th, 2024, and are encouraged to direct any inquiries to SrA Gage Garfin at gage.garfin@us.af.mil.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    Y--Extend Public Launch Ramp at Hemenway Harbor - 332529, Lake Mead National Recre
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the construction of an extension to the public launch ramp at Hemenway Harbor in the Lake Mead National Recreation Area, Nevada. The project involves the in-water construction of approximately 1,100 linear feet of launch ramp, utilizing precast concrete panels, and requires significant excavation of soft sediment while maintaining partial operational capacity during a projected 730-day construction period. This initiative is part of the government's commitment to enhancing recreational facilities and is specifically designated for Indian Small Business Economic Enterprises (ISBEE), with an estimated project cost exceeding $10 million. Interested contractors must be registered in the System for Award Management (SAM) and possess a DUNS number, with the solicitation expected to be issued on or after September 26, 2024; for further inquiries, contact Dayna Omiya at daynaomiya@nps.gov or call 720-910-0477.
    FY25-FY35 Floating Dry Dock (AFDM 10) Lease Extension Modification
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command, intends to solicit a sole source lease extension modification for the Auxiliary Floating Dry Dock Medium (AFDM 10) under contract N00024-05-L-4405. This lease extension is aimed at continuing maintenance support for the dry dock, which is critical for Chief of Naval Operations (CNO) surface ship availabilities. The solicitation will be issued to Vigor Marine LLC, located in Seattle, Washington, and is intended solely for informational purposes, as the government does not plan to accept competitive proposals at this time. Interested parties may express their interest and capabilities to the primary contact, Brian Romano, at brian.c.romano.civ@us.navy.mil, or the secondary contact, Courtney Schlusser, at courtney.j.schlusser.civ@us.navy.mil.
    Purchase and delivery of 15 picnic tables, 15 fire rings, and 15 utility tables to the St. Anthony Work Center.
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals for the purchase and delivery of 15 picnic tables, 15 fire rings, and 15 utility tables to the St. Anthony Work Center in Idaho. The procurement aims to enhance recreational facilities in the Caribou-Targhee National Forest, with specific requirements for the products, including ADA compliance, snow load ratings, and durable materials. This initiative underscores the importance of accessible outdoor amenities for public enjoyment and aligns with federal guidelines. Interested contractors must submit their proposals by September 19, 2024, and can contact Morgan Sharp at morgan.sharp@usda.gov for further information.
    Jon Boat, Motor, and Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the acquisition of a Jon Boat, Motor, and Trailer for the Eau Galle Project in Spring Valley, Wisconsin. The procurement requires a newly manufactured aluminum flat-bottom Jon Boat measuring between 16-18 feet, equipped with a 60 HP outboard motor, marine battery, and automatic bilge pump, adhering to stringent technical specifications and federal regulations. This acquisition is crucial for supporting operational needs while promoting participation from small businesses, including service-disabled veteran-owned and economically disadvantaged firms. Proposals are due by September 19, 2024, at noon local time, and interested parties can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    Teton Canyon Bridge Replacement Construction at Caribou-Targhee National Forest, Idaho
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the Teton Canyon Bridge Replacement Construction project located in the Caribou-Targhee National Forest, Idaho. The procurement involves the replacement of two pedestrian bridges, specifically the Sheep Bridge and the Treasure Lake Bridge, aimed at enhancing recreational access and safety for trail users. This initiative reflects the government's commitment to improving infrastructure within national forests, ensuring both public accessibility and environmental integrity. Proposals are due by October 7, 2024, at 11:59 p.m. Central Time, and interested parties should contact Mary Harding at mary.harding@usda.gov for further details.