W912BU-24-R-SDLA – Sources Sought – Starboard Dragarm Layshaft Alignment

Apr 30, 2024 | Sources Sought

U.S. Army Corps of Engineers, Philadelphia District

1. Action Code:  Sources Sought

2. Subject:  Procurement of Starboard Layshaft Alignment for Dredge McFARLAND

3. Response date:  13 May, 2024 by 4PM EST

4. Place of Performance: Dredge McFARLAND, Fort Mifflin

6. Description: Procurement of Starboard Layshaft Alignment for Dredge McFARLAND

This is a Sources Sought Notice and is for INFORMATION & MARKET RESEARCH PURPOSES ONLY.  This IS NOT a request for proposals, quotations, or bids.  Responses to this request will not be returned.  Not responding to this sources sought does not preclude participation in any future and potential solicitation.  It is the intent of the USACE Philadelphia to use this information for market research purposes only.  The survey is being conducted to determine the interest of industry within NAICS code 336611, and to establish that there are adequate large and/or small business contractors for providing the marine work described below.  The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. 

Principal Characteristics of the Scope of Work:

The contractor shall provide all necessary labor, material, services (including rigging), parts, tools, material and equipment to perform and complete the work in accordance with the following specifications.  The Government will provide forklift and crane service as required.

The starboard winches are located on the starboard side, in the upper levels of the voids, outboard of the hopper.  The dragarm winch extends from approximately Frame 49 to Frame 87 (approximately 75 feet), and contains equipment servicing the trunnion elbow, ball joint, and draghead.

The alignment shall be performed on the Mooring Barge 2 (MB2), located in the Delaware River, near the mouth of the Schuylkill River.  The Government will provide daily launch services to/from the MB2.

All interested business concerns for this requirement may submit the following:

Company name.

DUNS number.

CAGE Code.

Type of business concern (small business, large business, etc.).

Years in business.

Statement of capability and qualifications of the organization to perform the required work.

List of similar projects worked on over the past 5 years and services provided on those projects.

The North American Classification System (NAICS) code for this acquisition is 336611.

** EACH SUBMISSION SHOULD NOT EXCEED 5 PAGES TOTAL**

Notice to potential contractors:  All offerors who provide goods or services to the Federal Government must be registered in the System for Award Management (SAM) located on the website https://www.sam.gov/portal/publi/SAM/#1 .  Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at http://vip.vetbiz.gov .

Responses should be submitted electronically via e-mail to:

Joseph Manney

Contract Specialist

E-mail: [email protected]

Office Phone: (215) 656-6762

All responses shall be received on or before 13 May 2024, 4:00 PM EDT.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.