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).