BARGE AND TUG SERVICES FOR REFUELING OF USS CHARLESTON Dept Of Defense
The U.S. Navy seeks quotes for barge and tug rental services to refuel the USS Charleston. The period of performance is specified as 25th to 29th August 2024.
The Statement of Work (SOW) outlines the key requirements, which include providing barge and tug services for the transportation of fuel to the USS Charleston, alongside other vessels if required. The SOW also stipulates that the contractor is responsible for all inspection and quality control aspects.
To be considered eligible, applicants must be registered and active in the System for Award Management (SAM) database. The Navy encourages interested parties to identify their capabilities in submitting quotes, even if they do not intend to compete. Quotes should include relevant company details, a price breakdown for the required services, and a point of contact. The Navy will evaluate quotes based on criteria including price, technical acceptability, past performance, and responsibility.
The Navy intends to award a single Firm-Fixed Price contract. Funding for this contract is estimated at around $300,000 to $400,000. Quotes must be submitted electronically by 2nd August 2024 at 12:00 PM Hawaii Standard Time.
For any clarifications or questions, interested parties should contact Beverly Suzuki at beverly.a.suzuki.civ@us.navy.mil before 30th July 2024.
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Ship Building and Repairing services for the FY25 Yaquina Overhaul. The service includes overhaul, maintenance, and repair to the Dredge Yaquina, a trailing arm suction Hopper Dredge built in 1984. The work items associated with the overhaul and dry docking will be performed at the Contractor's facility. The period of performance is expected to start in August 2024 and last through February 2025, with a sixty (60) day drydock period. Prospective contractors must have or be capable of entering into a Master Ship and Repair Agreement (MSRA) with USACE, Portland District. The location of performance is limited to Alaska, California, Oregon, and Washington. A mandatory pre-bid site visit will be required. The solicitation will be issued in electronic format only. Interested contractors must register in the System for Award Management (SAM) and beta.sam.gov to obtain solicitation documents. The NAICS Code is 336611; PSC Code J999. For small business questions or assistance, contact the Portland District Small Business Specialist. Major items included in the service are transportation, tug services, crane services, connection/disconnection of services, field office, parking, drydock lift and lay days, wet berth, electricity, steam, marine chemist certificates, fire suppression services, bilge maintenance, coatings, hull degreasing, hull fire hose washing, hull water washing, hull zinc anode renewal, sluice valve replacement/overhaul, hopper jetting gate valve, main sea strainer repairs, drag wire replacement, purchase drag wires, dragarm sheave inspection, discharge piping inspection, hopper jetting system cleaning, weir seal replacement, hopper inspection staging, tower staging, propeller blade inspection/replacement, propeller hub replacement, tailshaft replacement, stern tube shaft seal replacement, bow thruster - lower gearbox LGB/pod change out, ABS support, audio gauge reading, elevator inspection and repair, anchor chain locker reconditioning, life raft annual service, sludge tank annual maintenance, strut and stern tube bearing inspection, rudder bushing clearance documentation, and dock and sea trials.
CE-MVN U.S. Dredge Wheeler Drydocking and Repairs Dept Of Defense
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor to drydock and repair the US Hopper Dredge WHEELER. The contractor will be responsible for steel repairs, rehabilitation of dredging systems, maintenance and repair of internal tanks, propulsion and steering systems, support systems, and painting of the ship. The dredge has specific dimensions and displacement. Drydocking facilities must be available between September 2024 and December 2024 within 2,000 nautical miles of New Orleans. The solicitation will be issued as an Invitation For Bid (IFB) with a value between $10,000,000 and $25,000,000. Interested vendors must be registered in SAM under NAICS code 336611. The solicitation documents will be posted on www.sam.gov. The wages and benefits of service employees must meet the Department of Labor standards. Interested parties should contact Francesca deBoer or Christopher Nuccio for more information.