3389 LCHD-ESS Special Notice - Draft Specification
Type: Special Notice
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

DREDGES (1955)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Portland District, is soliciting proposals for the design, construction, testing, and delivery of one Large Class Hopper Dredge (LCHD-ESS). This procurement, detailed in CLIN 0001, requires contractors to provide a total price for the job, which will be initiated by a Notice to Proceed. The government reserves the right to reject offers deemed materially and mathematically unbalanced, particularly if prices are significantly less than cost for some work and overstated for others. Offerors must also specify the location where the work will be performed.
    The U.S. Army Corps of Engineers (USACE) is seeking a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS, as mandated by Public Law 95-269. The new dredge will have a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, operating primarily on the West Coast under the Portland District. The vessel must meet stringent performance requirements for dredging in diverse conditions, including 14-foot waves and varying currents, while adhering to California Air Resource Board (CARB) regulations. Key operational locations include the Columbia River, San Francisco, Grays Harbor, Coos Bay, and Humboldt Bay, with occasional deployments to Hawaii and Alaska. The LCHD-ESS design must comply with numerous standards from ABS, USCG, SOLAS, and MARPOL, including specific certifications for hull classification, crew habitability, lifting appliances, load lines, and pollution prevention. The contractor is responsible for all associated costs and documentation, including a USCG Certificate of Inspection and API certified hopper capacity tables, ensuring compliance with all regulatory bodies and environmental considerations.
    This document outlines the packaging and marking requirements for spare parts and materials within a government contract. It specifies two main storage types: "OUTSIDE" storage for outdoor, extended periods (2-5 years) and "PROTECTED" storage for unheated warehouses, also for extended periods (2-5 years). "OUTSIDE" parts require preservative coatings, pallets for ground clearance, and lifting fixtures. "PROTECTED" parts need manufacturer-recommended coatings and protective packaging. Consumables are exempt from specific marking. All parts must be marked or labeled. "OUTSIDE" parts require stencil or cast markings in at least three places (two for cast) with specific information like vessel name, contract number, part name, and manufacturer. "PROTECTED" parts need plastic nametags with similar identifying details. Packaging for overhaul/repair and individual/multiple spare part containers must also be stenciled with relevant information, and multiple-part containers require an internal inventory card.
    This government file outlines the comprehensive inspection, acceptance, and testing procedures for a vessel construction contract managed by the U.S. Army Corps of Engineers (USACE). It details requirements for quality control, launching protocols, and extensive multi-level testing, including Factory Acceptance, Pre-Trial, Builder's Dock, Dock, Open Water, and Dredging Trials. The document also specifies facility requirements for government personnel, safety regulations, and detailed documentation standards for all tests and inspections. Key aspects include contractor responsibilities for defect correction, subcontractor oversight, and adherence to regulatory body standards, emphasizing a rigorous approach to ensuring vessel compliance and operational readiness.
    This government file outlines the terms for delivery and liquidated damages related to a contract for a vessel, its components, materials, and spare parts. Delivery must occur at U.S. Moorings, 8010 NW St. Helens Road, Portland, OR 97210, specifically between Willamette River Mile 6.08 and 6.21. The document specifies that if the contractor fails to deliver on time, they will pay a fixed sum (XXXXX) in liquidated damages for each day of delay, as per FAR 52.211-11. Alternatively, the government may terminate the contract for default, with the contractor still liable for liquidated damages until similar supplies or services can be obtained, in addition to excess costs. Liquidated damages will not be charged if the delay is due to causes beyond the contractor's control and without their fault or negligence, as defined in the Termination for Default clause.
    This document outlines the contract administration and management procedures for a U.S. Army Corps of Engineers project. It specifies that contract administration is handled by the Contracting Officer, Michael Hunter, in Philadelphia, PA. Contract management, including correspondence and invoices, is performed by the Marine Design Center, with Amanda Bellnier as the COR, also located in Philadelphia. The Marine Design Center is designated as the billing office. Progress payments require submission of an ENG Form 93 to specific email addresses, including mdcinvoices@usace.army.mil and amanda.l.bellnier@usace.army.mil, with copies to Sharon.R.Campolongo@usace.army.mil, caroline.e.jackson@usace.army.mil, and taylor.m.repko@usace.army.mil, following an established payable event schedule. Approved payments are processed by the U.S. Army Corps of Engineers Finance Center in Millington, TN. Accounting and appropriation data will be provided at the time of award.
    This government file outlines the special contract requirements for the LCHD-ESS Procurement, detailing a four-phase approach: Planning & Scheduling, Engineering, Construct & Test, and Test, Sea Trials & Deliver. The government emphasizes flexibility and partnership with the contractor, particularly in Phase I, to establish a clear project roadmap. The document specifies numerous contractor submittals for each phase, including various plans (e.g., Master, Design & Engineering, Production, Risk Management), schedules, logs, and engineering deliverables. It provides detailed requirements for drawing formats, numbering conventions, and review processes, highlighting the importance of quality control and timely submissions to avoid penalties. The file also addresses health and safety, procurement, and subcontracting plans, underscoring the need for comprehensive documentation and adherence to regulatory standards throughout the project life cycle.
    This government file, Section J, outlines attachments and requirements for a solicitation, focusing on contract drawings, reference drawings, and contractor performance evaluations. It lists specific contract and reference drawings, such as "MDC STANDARD PAINT SCHEDULE" and "PIPE MARKING GUIDE," which will be provided electronically to the successful bidder. A significant portion details the performance evaluation process for service and supply contracts in accordance with FAR, AFAR, and Army Acquisition Letter 98-1. Contractors are subject to performance evaluations within 45 days of each year's completion, with provisions for interim evaluations if performance is unsatisfactory. Contractors have 30 days to comment on evaluations before they are finalized and can appeal final evaluations to the Commander of the Contracting Activity within 30 days, provided the request is written and justifies a review.
    This Source Selection Plan outlines the U.S. Army Corps of Engineers' (USACE) acquisition of a new Large Class Hopper Dredge (LCHD-ESS) to replace the ESSAYONS. This competitive, fixed-price supply contract prioritizes best value over lowest price. Proposals must be submitted electronically via the PIEE platform and consist of four volumes: Technical Approach (Factor 1), Past Performance (Factor 2), Small Business Participation (Factor 3), and Price (Factor 4). Technical and past performance volumes have page limits and must exclude cost information. Offerors must provide a detailed technical narrative, a preliminary design report, past performance records for up to three projects, and a Small Business Participation Commitment Document with specific goals for various small business categories. Price proposals must include a cover letter, SF1449, acknowledgment of amendments, SAM registration details, a bid guarantee, and an Economic Price Adjustment Unit Price Table.
    This government file outlines the evaluation factors and criteria for awarding a fixed-price supply contract. The award will prioritize overall best value, considering technical approach, past performance, small business participation, and price. Non-price factors combined are approximately equal to price, with technical approach being the most important non-price factor, followed by past performance, then small business participation. Proposals will be rated using adjectival ratings for non-price factors and assessed for fairness and reasonableness for price. Detailed definitions for technical, past performance, and small business participation ratings are provided, along with an extensive evaluation approach for the technical aspects of the proposal, focusing on risk reduction and adherence to a 6,500 cubic yard hopper capacity. The document also includes forms for subcontractor commitments and past performance questionnaires.
    This government file outlines special methods, clauses, and provisions for federal contracts, particularly focusing on the Large Class Hopper Dredge (LCHD-ESS) procurement. Key provisions include stipends to stimulate competition, offering up to $1,500,000 to unsuccessful but acceptable offerors, with a maximum pool of $5 million. The document details bonding requirements, specifically FAR 52.228-16 for performance and payment bonds (5% of original contract price) and FAR 52.228-1 for bid guarantees (20% of bid price or $4 million, whichever is less). It also incorporates an Economic Price Adjustment (EPA) clause (FAR 16.203-4(d)) to manage risk from fluctuating costs in long-duration projects. A warranty clause (FAR 52.246-18) mandates a 365-day warranty for complex supplies, excluding implied warranties. The file also mentions progress payments, liquidated damages, and the Buy American Certificate (FAR 52.225-2).
    Lifecycle
    Title
    Type
    Similar Opportunities
    DUSTPAN DREDGE BRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the provision of a fully crewed and equipped self-propelled dustpan hydraulic pipeline dredge and associated equipment for dredging operations in the Mississippi River and surrounding waterways. The procurement includes the removal and disposal of shoal material, requiring a comprehensive setup that consists of various barges, a survey boat, tenders, and a significant length of floating pontoon pipeline. This dredging operation is crucial for maintaining navigability and ensuring the efficient movement of goods along vital waterways in the New Orleans District. Interested parties can reach out to Margaret C. Maine at margaret.c.maine@usace.army.mil or by phone at 504-862-2211 for further details regarding the contract specifications and requirements.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 3-2025, Cameron Parish, Louisiana. Specification Nos. OM25127
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass Bar Channel Hopper Dredge Contract No. 3-2025 in Cameron Parish, Louisiana. Bidders are required to furnish a fully crewed and equipped self-propelled trailing suction hopper dredge for the removal and disposal of shoal material, with the project magnitude estimated between $5,000,000 and $10,000,000. This contract is crucial for maintaining navigable waterways and may extend to additional areas within the New Orleans, Galveston, and Mobile Districts. Interested bidders must register in the System for Award Management (SAM) and submit their bids by the specified deadlines, with the solicitation expected to be issued around December 4, 2024. For further inquiries, contact Christopher Nuccio at christopher.nuccio@usace.army.mil or Angela Day at Angela.C.Day@usace.army.mil.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 1-2025, Cameron Parish, Louisiana. Specification Nos. OM25125
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass Bar Channel Hopper Dredge Contract No. 1-2025 in Cameron Parish, Louisiana. Contractors are required to furnish a fully crewed and equipped self-propelled trailing suction type hopper dredge for the removal and disposal of shoal material in the Calcasieu River Bar Channel, with potential work extending to other areas within the New Orleans, Galveston, and Mobile Districts. This unrestricted procurement has an estimated construction cost between $5 million and $10 million, with the solicitation expected to be issued on or about December 4, 2024. Interested bidders must maintain an active registration in the System for Award Management (SAM) and can contact Evan Woitha at evan.g.woitha@usace.army.mil or 504-862-1214 for further details.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Rental Contract No. 4-2025, Cameron Parish, Louisiana. Specification Nos. OM25128
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass Bar Channel Hopper Dredge Rental Contract No. 4-2025, located in Cameron Parish, Louisiana. This contract requires bidders to provide a fully crewed self-propelled hopper dredge for the removal and disposal of shoal material within designated irrigation channels, adhering to safety and operational guidelines. The project is significant for maintaining navigability and environmental integrity in the region, with an estimated construction value between $5 million and $10 million. Interested bidders must register in the System for Award Management (SAM) and submit sealed bids, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or Christopher M. Nuccio at christopher.m.nuccio@usace.army.mil, by the specified deadlines.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge for the Mississippi River, specifically in the New Orleans Harbor and adjacent lock forebays of the Gulf Intracoastal Waterway. The contract aims to enhance dredging capabilities in these critical waterways, with an estimated construction value ranging between $5 million and $10 million. This procurement is vital for maintaining navigability and safety in the region's waterways, ensuring efficient transport and commerce. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil, with the solicitation documents available on Sam.gov.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge for dredging work in the Mississippi River Southwest Pass and potentially other areas. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. Bidders must comply with various certification processes, including registration with the System for Award Management (SAM), and adhere to environmental safety guidelines, with the contract awarded to the responsible lowest-priced bidder. Interested parties can contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, and the bid opening date will be announced in future amendments.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2025, Cameron Parish, Louisiana. Specification No. OM25129
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2025, located in Cameron Parish, Louisiana. This contract requires the provision of a fully crewed and equipped self-propelled trailing suction hopper dredge for the removal and disposal of shoal material primarily in the Calcasieu River Bar Channel, with potential work extending to other areas within the New Orleans, Galveston, and Mobile Districts. The estimated construction cost for this project ranges from $5,000,000 to $10,000,000, and the solicitation is expected to be issued on or about December 4, 2024, with bids to be submitted electronically via the System of Award Management (SAM) website. Interested bidders should contact Francesca E. deBoer at (504) 862-1604 or via email at francesca.e.deboer@usace.army.mil for further details.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 6-2025 (OM25006)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Southwest Pass Hopper Dredge Contract No. 6-2025, which involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for work primarily in Plaquemines Parish, Louisiana. The contract aims to maintain and enhance navigable waterways, with an estimated construction cost ranging from $10 million to $25 million, and includes specific requirements for dredging capacities, mobilization-demobilization, and environmental compliance measures. Interested bidders must register with the System for Award Management (SAM) and adhere to affirmative action and non-segregated facilities certification, with completed bid forms due by a date to be established in a future amendment. For further inquiries, bidders can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.