Federal Bid

Last Updated on 19 Mar 2019 at 8 AM
Sources Sought
Olmsted Illinois

Olmsted Workboat

Solicitation ID W912QR-19-OLMSTEDWORKBOAT
Posted Date 30 Jan 2019 at 2 PM
Archive Date 19 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Olmsted Illinois United states
Subject: Olmsted Workboat


Solicitation Number: W912QR-19-OLMSTEDWORKBOAT

Response Date (MM-DD-YYYY): 03-04-2019

Description:

A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a supply contract with some design requirements.

The requirement is to acquire one work boat to serve the U.S. Army Corps of Engineers, Louisville District. The work boat will be used for maintenance operations at the Olmsted Locks and Dam. The primary function of the work boat will be maneuvering a wicket lifter barge used to raise and lower wickets utilizing a crane on the wicket lifter barge. The work boat will also maneuver a washdown barge, maintenance crane barge, and various work flats in support of lock and dam maintenance at Olmsted. The work boat will be built to and classed by the American Bureau of Shipping (ABS) [Maltese Cross ✠ A-1 Towing Vessel, River Service with ✠AMS] and meet USCG subchapter M requirements.

As a minimum, the vessel to be procured will be a Z-drive vessel, meeting the following requirements:

Total horsepower: 2,000 to 2,600 HP

Length - 70 feet to 90 feet
Beam - Minimum 34 feet
Depth - 10 feet
Draft - 6 feet to 7 feet
Eye Height above the waterline - 36 feet to 40 feet

Fuel Capacity: 20,000 gallons

The vessel shall have a deckhouse with galley/mess, berths and sanitary facilities for eight crew, pilothouse, electronics space, machinery space, and engine room. The vessel electrical system shall be supported by two generators rated at 99 kW each. A capstan, and two barge winches shall also be provided.

Vessel shall be provided with heating, air conditioning, and ventilation.
Navigation lights, searchlights, and equipment shall be supplied.

Delivery will be to the Olmsted Locks and Dam, located between Illinois and Kentucky, approximately 17 miles upstream from the confluence of the Ohio and Mississippi Rivers.

There will be Liquidated Damages associated with this procurement.

Bonding will be required.

Contract duration is estimated at 745 calendar days. NAICS code is 336611. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on or before 04 March 2019 by 10:00 AM Eastern Time.
Responses should include:

1. Identification and verification of the company's small business status.
2. Contractor's Unique Identifier Number and CAGE Code(s).
3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits.
4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past seven (7) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.

a. Projects similar in scope to this project include:
• Meets USCG subchapter M requirements
• Vessels shall have had a Z-drive propulsion

b. Projects similar in size to this project include:
• Beam at least 28 feet
• Length of at least 50 feet
• Construction or retrofit of towing vessels at least 1000 HP

c. Based on the information above, for each project submitted, include:
1. Current percentage of project complete and the date when it was or will be completed.
2. Scope of the project.
3. Size of the project.
4. The dollar value of the contract and whether it was design-bid build or design-build.
5. The percentage of work that was self-performed.
6. Identify the number of subcontractors utilized for each project.

5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 50% of the cost of the contract with the firm's own employees for a supply-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished.

NOTE: Total submittal package shall be no longer than 5 pages. Please only include a narrative of the requested information; additional information will not be reviewed.


Email responses to [email protected]. If you have questions please contact Levi Speth at [email protected]. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.

 

Bid Protests Not Available

Similar Past Bids

Louisville Kentucky 04 Nov 2019 at 1 PM
Olmsted Illinois 28 Aug 2020 at 8 PM
Olmsted Illinois 05 Aug 2020 at 1 PM
Olmsted Illinois 17 Oct 2016 at 6 PM
Olmsted Illinois 23 Jun 2020 at 1 PM

Similar Opportunities

Memphis Tennessee 11 Jul 2025 at 2 PM
Provincetown Massachusetts 15 Jul 2025 at 4 PM
Wilmington North carolina 31 Dec 2025 at 9 PM
Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)