This is a Sources Sought Notice and is for INFORMATION 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 Contracting Office to use this information for market research purposes only. The survey is being conducted to determine the interest of industry within NAICS code #423860, and establish that there are adequate Large and/or Small Business (HUBZONE 8(a) or Service Disabled Veteran Owned Small Business) contractors for providing stern mounted fixed pitch azimuth thrusters. The Government WILL NOT pay for the provision of any information, nor will it compensate any respondents for the development of any such information. If a formal solicitation is released, it will be via the Federal Business Opportunities (http:www.fbo.gov).
The Army Corps of Engineers Marine Design Center intends to procure new fixed pitch azimuth thrusters for the Wilmington District to replace the existing fixed pitch azimuth thrusters onboard the split-hull hopper Dredge CURRITUCK. At this point, it is anticipated that the procurement will require one full ship set (quantity of 2) thrusters and will include an option for the procurement of a second full ship set. The Government is issuing this Request for Information (RFI) to identify parties interested in supplying the equipment. Installation of the thrusters is not part of this effort. Modification to the Dredge CURRITUCK and installation of the thrusters will be performed at the U.S. Army Corps of Engineers - Memphis District's, Ensley Engineer Yard, located in Memphis, TN.
The specifications for the fixed pitch azimuth thrusters are as followed:
• Diesel driven Z-drive arrangement
• Nozzle type propeller
• Application for main propulsion
• Rated for existing diesel drive specifications - CAT 3406E, 450 HP @ 1800 RPM
• Unrestricted continuous duty, with 100% of operating hours allowed at the rated power
• Thruster swing out by means of hydraulic lifting cylinder
• Minimum depth adjustment of 700 mm (27.56 inches)
• Ni-Al Bronze propeller
• Steering gear with hydraulic steering motor. To provide 360 degrees steering of the thruster
• Two (2) cardan shafts to connect the thrusters to the existing diesel drive
• Two (2) drop-in bridge panels with thruster controls
o 24V DC Control system
o Follow-up steering and speed control
o Jog switches for non-follow-up emergency steering and diesel engine speed control
o Wiring harnesses
• ABS Certification
• Onsite commissioning and startup after installation by the Government
Requirements for the response below:
All interested business concerns for this requirement shall provide the following information when responding to this RFI:
1. Company name
2. DUNS number & CAGE Code
3. Type of business concern large business or small business (please identify type of small business)
4. Years in business
5. Statement of capability and qualifications of the organization to perform the requirement
6. List of similar projects worked on over the past five (5) years and services provided on those projects.
**The North American Classification System (NAICS) codes for this acquisition is #423860**
** EACH SUBMISSION SHOULD NOT EXCEED 10 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:
Michael Hunter
Contract Specialist
E-mail: [email protected]
Office Phone: (215) 656-6774
All responses shall be received on or before 4 February 2019, 02:00 PM EDT.