3420 Two Stop Log Barges
ID: W912BU24B0021Type: 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 inviting bids for a contract to build two new inland river barges. These barges are designed for transporting stop logs and have specific dimensions and features. The contract, valued at approximately $2 million, seeks a prompt response from vendors, with an initial deadline of July 25th, which has been extended to August 7th, 2024, at 1:00 PM EST.

    The scope of work involves two phases: planning and construction. The first phase includes planning, scheduling, and engineering work, while the second focuses on fabrication, testing, and delivery. The successful bidder will be expected to adhere to detailed specifications and provide detailed drawings for approval. The USACE will provide office space and facilities for government personnel during shipyard visits.

    To qualify, applicants must demonstrate experience in ship building and be registered in the System for Award Management (SAM). It's crucial that vendors submit all required documentation, including bid and performance bonds, before the extended deadline.

    Bids will be evaluated based on their technical merit and price reasonableness. After evaluating the bids, the USACE will award the contract to the responsible bidder offering the best value.

    For clarification or further details, interested parties can contact Michael J. Hunter at michael.j.hunter@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The primary objective of this procurement is to obtain a payment bond for contracts other than construction-related ones. This bond ensures that the principal, who has entered into a contract with the government, will make prompt payments to all persons involved in furnishing labor or materials for the contract's work. The bond serves as a safeguard, bestowing a direct right of action on these persons if the principal fails to make timely payments. They can then recover sums owed by the principal and their sureties, who are bound by the conditions outlined in the bond. The bond has a specified penal sum, which represents the maximum liability of the sureties, with the ability to list two sureties with different liability limits. The conditions include giving written notice of non-payment within 90 days of the last work performed, and claimants have one year to bring action on the bond. This form is mandatory for payment bonds required under FAR 28.103-3, and any deviations require Administrator of General Services approval.
    The primary objective of this procurement is to obtain a bid bond, which is a crucial element in the process of securing a contract for a construction, supply, or service project. The bid bond ensures that the principal, likely a contractor or vendor, will honor their bid and execute the necessary contractual documents if their offer is accepted. This form, Standard Form 24 (REV. 10/2023), outlines the bond's terms and conditions. It requires the principal and surety(ies) to bind themselves financially, guaranteeing the government won't incur extra costs if the principal fails to execute the agreed-upon work. The bond amount is linked to the bid value and may include multiple sureties with varying liability limits. Importantly, the bid bond is valid only if executed before the bid opening date, emphasizing the urgency and importance of timely submissions.
    The government seeks a performance bond for contracts other than construction projects. This bond, using Standard Form 1418, ensures the principal's performance and fulfillment of all contractual obligations. The principal and sureties are bound by a penal sum, with conditions focusing on the base term and optional contract extensions. The document outlines the sureties' responsibilities and limits their liability. Individuals and corporations executing the bond must sign it accordingly, and provide legal names, business addresses, and liability limits. The bond's expiration date is noted as January 31, 2027. This form emphasizes the government's requirements for executing the bond, including instructions for signing authorities and deviations from the standard form. Critical to the procurement process, it aims to protect the government's interests by securing the performance of contracted parties.
    The U.S. Army Corps of Engineers seeks bids for constructing two new inland river barges. These barges, primarily intended for the transportation of stop logs, are to be designed and fabricated according to detailed specifications. Key features include ABS classification, a design load of 1,000 PSF, and compliance with various industry standards. The contract consists of two phases: the first focused on planning, scheduling, and engineering, while the second involves construction, testing, and delivery. Bidders are expected to rely on provided contract drawings, with limited design modifications permitted. The barges must undergo extensive testing and trials to ensure compliance with requirements. Office space and facilities for government personnel will be provided during visits to the shipyard. The solicitation period ends on July 25th. This summary focuses on the key aspects of the procurement, including the primary goods being procured, relevant technical specifications, and the scope of work.
    The primary purpose of this government procurement amendment is to extend the deadline for receiving bids on a contract solicited by the U.S. Army Corps of Engineers. The bid opening date is pushed from July 25th, 2024, to July 31st, 2024, at 1:00 PM EST. This extension provides potential vendors with additional time to submit their offers. It's important to note that all other terms and conditions of the original solicitation remain unchanged. The solicitation itself seeks a response for a project with a specified location of 1650 Arch Street, Philadelphia, and has a stated requirement for attendees at the bid opening to bring a valid ID and register their visit in advance. Potential vendors must acknowledge receipt of this amendment before the new deadline to ensure their offers are considered.
    The amendment clarifies the roles of the ABS and the shipyard contractor in reviewing and approving contract drawings. The ABS will provide comments on the government's design drawings and coordinate with the shipyard contractor, who will then update the drawings and take responsibility for them. The shipyard contractor is not required to PE-stamp the drawings but will handle the as-built and AutoCAD drawings. This amendment also confirms that the AutoCAD drawings are two-dimensional. Offerors are required to acknowledge this amendment and must have submitted their acknowledgment by the due date to avoid the rejection of their offers.
    The primary purpose of this file is to amend the solicitation period for a contract (W912BU24B0021) administered by the U.S. Army Corps of Engineers. The initial solicitation number 0003, sought bids for an unknown project, with an original response deadline of July 31st, 2024. This amendment extends the response deadline to August 7th, 2024, pushing the bid opening time to 1:00 PM EST. Offerors are required to acknowledge the receipt of this amendment, and those wishing to change their previously submitted offers can do so before the new deadline. The main solicitation's terms and conditions remain unaltered. This file provides no details about the specific goods, services, or work involved in the procurement. The focus is exclusively on extending the response window for the solicitation phase.
    Lifecycle
    Title
    Type
    3420 Two Stop Log Barges
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 1-2024, St. Mary Parish, Louisiana. Specification No. OM24059
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 1-2024 project in St. Mary Parish, Louisiana. The contractor will be required to furnish a fully crewed and equipped hydraulic pipeline cutterhead dredge to effectively remove and dispose of shoal material in the designated channel, with an estimated construction cost between $10 million and $25 million. This project is crucial for maintaining navigable waterways and ensuring compliance with federal regulations and safety protocols. Interested bidders must submit their proposals electronically or physically by the bid opening date of September 9, 2024, and should contact Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or 504-862-2466 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.
    NESP MVR Southern Mooring Cells Lock and Dam 20 & 22
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Rock Island District, is soliciting bids for the construction of Southern Mooring Cells as part of the Mississippi River Basin Navigation and Ecosystem Sustainability Program at Lock and Dam 20 and Lock and Dam 22. The project involves various construction activities, including mobilization, mechanical dredging, sheet pile driving, and concrete pouring, with an estimated contract value between $5 million and $10 million. This initiative is crucial for enhancing navigation and ecosystem sustainability along the Mississippi River, ensuring efficient waterway operations. Interested bidders must submit their proposals by 10 AM Central Time on September 12, 2024, and can direct inquiries to Carrie Holub at carrie.l.holub@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@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. 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.
    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 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.
    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. 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.