Search Contract Opportunities

3238 CELRE TUG REPLACEMENTS   2

ID: W912BU21R0050 • Type: Presolicitation

Description

The USACE Marine Design Center of the U.S. Army Corps of Engineers (USACE) intends to initiate a Request for Proposal for the procurement of two (2) new, identical, self-propelled tug boats for the Detroit District of the U.S. Army Corps of Engineers. The vessels will operate on the Great Lakes.

Each tug boat to be acquired will have the following features:

Twin screw, open wheel, minimum of 1600-BHP

Length (molded), between 65 feet to 80 feet

Breadth (molded) between 24 feet to 30 feet

Depth: As Necessary

Breaking 1st year ice up to 12 inches thick in the St. Mary's Falls Canal in late

December thru late-January and mid-March thru early-April each season

Scraping ice from the St. Mary's Falls Canal lock chamber and miter gates mid-December

through mid-January and mid-March thru mid-April each season

The tug boats will be built and classed by the American Bureau of Shipping (ABS) as Maltese Cross A-1 Towing Vessel, Ice Class C0, Great Lakes Service with Maltese Cross AMS. Each tug boat will meet USCG subchapter M requirements.

Each vessel shall have a deckhouse with galley/mess, berths, and sanitary facilities for crew of six, pilothouse, electronics space, machinery space, and engine room. Each vessels' electrical system shall be supported by two generators. Two barge winches shall also be provided on each vessel. Knuckle boom cranes and towing winches will be options for the vessels.

Each vessel shall be provided with heating, air conditioning, and ventilation.

Navigation lights, searchlights, and equipment shall be supplied.

Contractor will be required to fabricate and deliver the tug boats to the Government.

Delivery and final acceptance will be at the St. Mary's Falls Canal, Sault Sainte Marie, Michigan.

There will be liquidated damages associated with this procurement.

Bid guarantee, payment, and performance bonding will be required.

Solicitation W912BU21R0050 will be issued on or about 15 September 2021 with a due date occurring at least 30 days after solicitation posting date. A single award will be made to the responsible offeror who meets the required evaluation factors: technical requirements, price, and past performance. Solicitation documents, plans and specifications will only be available via sam.gov. Therefore, no hard copies will be offered. No verbal (telephonic), or fax requests will be accepted. All questions will be submitted via e-mail to Michael.J.Hunter@usace.army.mil and CC, Robert.W.Hutcheon@usace.army.mil. Reference contract opportunity title with solicitation number in email subject line (i.e. 3238 CELRE Detroit ICE Class Tugs W912BU21R0050).

Important Note(s):

  1. FAR part 12 - Commercial items is applicable to this acquisition.
  2. IAW FAR 4.1102 (a) Offerors and quoters are required to be registered in SAM (www.SAM.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications...
  3. 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.
  4. Pursuant to FAR 22.1303(c) The Act requires submission of the VETS- 4212 Report in all cases where the contractor or subcontractor has received an award of $150,000 or more, except for awards to State and local governments, and foreign organizations where the workers are recruited outside of the United States.

Warning: The official media for distribution of this Synopsis Notice is Contract Opportunities website, SAM.gov. It is the responsibility of the interested vendor(s) to register in Sam.gov and monitor the notice for any changes.

Please ensure you remain aware of the latest CDC guidance on preventive measures to slow the spread of the Coronavirus (COVID-19). Take all appropriate precautions washing hands, social distancing, etc. CDC link:

https://www.cdc.gov/coronavirus/2019-ncov/index.html

Overview

Response Deadline
Sept. 14, 2021, 4:00 p.m. EDT Past Due
Posted
Aug. 31, 2021, 2:57 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
71%
Signs of Shaping
55% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/31/21 USACE Philadelphia District issued Presolicitation W912BU21R0050 for 3238 CELRE TUG REPLACEMENTS due 9/14/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC 1935.
Primary Contact
Name
Michael J. Hunter   Profile
Phone
None

Secondary Contact

Name
Robert W. Hutcheon   Profile
Phone
None

Documents

Posted documents for Presolicitation W912BU21R0050

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912BU21R0050

Contract Awards

Prime contracts awarded through Presolicitation W912BU21R0050

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912BU21R0050

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912BU21R0050

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST PHILADELPHIA
FPDS Organization Code
2100-W912BU
Source Organization Code
100221350
Last Updated
Sept. 29, 2021
Last Updated By
robert.w.hutcheon@usace.army.mil
Archive Date
Sept. 29, 2021