Federal Contract Opportunity

Last Updated on 17 Jun 2025 at 9 PM
Sources Sought
Vicksburg Mississippi

Sources Sought - USACE Tender Vessel, Other Marine Vessels and Equipment Rental BPA

Details

Solicitation ID W912EE25S015
Posted Date 17 Jun 2025 at 9 PM
Response Date 08 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W07v Endist Vicksburg
Agency Department Of Defense
Location Vicksburg Mississippi United states

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

J & L America Incorporated

Southfield Livonia

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now

W912EE

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS REQUEST DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Vicksburg District may use the capability statements received from this sources sought to select vendors to participate in the Blanket Purchase Agreements detailed below. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.

THE GOVERNMENT IS SEEKING TO IDENTIFY LARGE AND SMALL BUSINESS SOURCES UNDER NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) 532411 FOR COMMERCIAL AIR, RAIL, AND WATER TRANSPORTATION EQUIPMENT RENTAL AND LEASING (SIZE STANDARD – $45.5 MILLION).

1. Contract Information:  The Vicksburg District U.S. Army Corps of Engineers (MVK) is soliciting Capability Statements and Past Performance information from all qualified and interested contractors to participate in a requirement for multiple Blanket Purchase Agreements (BPA)s.  These BPAs will be used to provide USACE with tender vessels, crew boats, survey vessels, and other marine vessels and equipment to support the Vicksburg District and other USACE districts as required. The BPAs are anticipated to be a period not to exceed five years from date of award.

2. Project Information: The requirement is to provide the USACE Vicksburg District with a tool to lease marine vessels and other marine equipment as required, with or without operating personnel as requested on a per order basis.

The Following Are Examples Of Vessels The Vicksburg District May Require.  This Is Not A Comprehensive List Of Vessels/Equipment.

a. The vessel(s) will be used primarily on the Mississippi River from Cairo, Illinois, (Mile 953.8 AHP) to the Head of Passes (Mile 0.0), the Atchafalaya River, the Red River, the Ouachita River, the Black River (Louisiana), the Gulf Intracoastal Waterway (GIWW) and as far west as the Calcasieu River but also other locations as assigned. This work will include assisting the USACE Dredge Jadwin, the Mat Sinking Unit, and other duties as assigned by moving pontoon lines, towing an anchor barge in connection with the moving of anchors, shifting various barges including fuel barges, occasionally towing barges to and from work and remote locations, setting and moving buoys in the vicinity of the work unit, and sounding depths in the vicinity of work unit operations, but also other duties assigned. The vessel(s) is to be available for 24 hours per day as may be directed by the Contracting Officer or his representative. All mileage will be the mileage shown in the latest editions of the Flood Control and Navigation Maps of the above-mentioned waterways. These are prepared under the direction of the President, Mississippi River Commission, U. S. Army Corps of Engineers, P.O. Box 80, Vicksburg, MS 39181-0080.  

The hull of the tender shall be of steel construction, flat bottom scow bow type, suitable for operation in the Mississippi River. It shall be capable of being easily handled in swift currents and maneuvered in close places, such as, close proximity to the river bank. The tender shall at all times comply with the current rules and regulations of the U. S. Coast Guard according to the CFR (specifically Titles 33 and 46) and shall be currently certified for operation in the waters specified.

The tender shall be propelled by two or more matched diesel marine engines with two or more matching propellers. The direction of the rotation of the propellers shall be opposite. The tender shall have two or more propelling engines with manufacturer's rating of not less than 1,200 and no more than 1,800 continuous total horsepower (flywheel). The Contracting Officer will use the current Inland River Record to verify horsepower of the tender.

The tender shall have one steering and two flanking rudders working in conjunction with each propulsion shaft and propeller. The power-actuated steering and flanking rudders shall be capable of independent operation and shall be seaworthy and in good mechanical condition. Power source for operation of the steering mechanism shall be independent of the propelling engines. The tender shall be equipped with two electric generators, one for standby.

b. The crew boats will be used to assist with operations during the mat sinking season and/or other missions as required on a per order basis. The vessel will be utilized primarily to transport personnel and supplies between the USACE living quarters and the USACE plant where personnel work. The vessel will also be used to transport personnel/supplies to and from other parts of the Mat Sinking Unit fleet. The Mat Sinking Unit requires daily services of the vessel along with the services of a pilot for a 12-hour shift (0600-1800 normally) along with being on call the rest of the day. The pilot shall have a valid operator’s license as required by the Coast Guard.  The crew boats shall be 30 to 50 feet long with diesel or gas powered engines with a 600 HP minimum. 

c. The Survey vessel shall be certified by the U.S. Coast Guard as a "Vessel Carrying Passengers for Hire". The vessel shall be certified to carry a minimum of 15 passengers.  The vessel will be used on the Mississippi River between Cairo, IL, (Mile 953 AHP) and Southwest Pass (Mile 0 AHP) (to include Ports and Harbors between these river miles), Yazoo River from the mouth of the Yazoo Diversion Canal to Greenwood, MS, on the Red River from the Mississippi River to Shreveport, LA, on the Ouachita and Black Rivers from the mouth of the Black River to Camden, AR, on the White and Arkansas Rivers from the mouth of the White to Little Rock, AR, and on the West Pearl River from Gulf of Mexico to Bogalusa, LA, as may be designated by the Contracting Officer’s Representative (COR), in support of work units and channel patrols.  The vessel shall be twin-screw propeller type, driven by two marine diesels of not less than180 horsepower each and shall be equipped with storage batteries, charging generator or alternator, and self-starter. The vessel shall be seaworthy and in good mechanical condition. The vessel shall be suitable for operation on the Mississippi River and shall be capable of being easily handled in swift currents and maneuvered in close places. The vessel shall at all times comply with the current rules and regulations of the Coast Guard and shall be currently certified for operation in the waters specified. 

A full list of the requirements of the vessels will be provided on a per order basis.

SEE ATTACHED SAMPLE SCOPE OF WORKS FOR ADDITIONAL DETAILS.

3. System for Award Management: In accordance with FAR provision 52.204-7, prospective contractors must be registered in the System for Award Management (SAM) prior to entering into a BPA master agreement and receiving resulting BPA calls. Lack of registration in the SAM database will make an offeror ineligible to receive a BPA and any resulting BPA calls. Information on SAM registration can be obtained via the Internet at https://sam.gov/content/home

4. Submission Requirements: The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting, to submit a Capability Statement consisting of appropriate documentation, literature, brochures, and past performance information with references. Past performance documentation shall include contact names, as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of Small Business Size must also be included. The company's CAGE Code and UEI number shall also be included with the submission.


The Capability Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to similar requirements. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Please indicate your interest and/or ability to provide all services, and provide the maximum lifting capabilities of your facility. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results.


Interested companies responding to this sources sought should include the following information:

  1.  Please provide your company name, address, point of contact with corresponding phone number, e-mail address, and CAGE code.
  2. Clearly confirm that your company business size as Large Business, Small Business, and if applicable, designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business.
  3. A narrative statement demonstrating your firm’s capability and experience performing the services outlined in this sources sought or the attached scope of works.  Your response should include the following information: details of similar contracts/projects (within the past 5 years) to include contract number, dates of service, project references (including owner with phone number and email address), size and scope of contract/project. Narratives should be no longer than THREE PAGES on an 8 ½ x 11" size paper and no less than 11point font.
  4.  If your company is not currently providing this support, has your company had experience in the last 5 years providing these types of services?
  5. What does your company specialize in?
  6. Firm's capability to perform, to include geographic location, project size, equipment list and equipment capability.
  7. What experience does your company have with Government contracts?

It is requested that interested contractors submit a response (electronic submission) of no more than 5 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted.

Responses to this notice are due NO LATER THAN 4:00 p.m., Central, 08 July 2025, via email to [email protected] and [email protected]

Phone calls will not be accepted.

Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.sam.gov.  Any questions related to this notice shall be submitted in writing to the point of contact listed below. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.

Similar Opportunities

Sisseton South dakota 11 Jul 2025 at 6 PM
Portland Oregon 25 Jul 2025 at 9 PM
Asheville North carolina 20 Aug 2025 at 4 AM (estimated)
Location Unknown 25 Nov 2025 at 5 AM (estimated)

Similar Awards

Stennis space center Mississippi Not Specified
Kansas city Missouri Not Specified
Kansas city Missouri Not Specified
Kansas city Missouri Not Specified
Kansas city Missouri Not Specified