Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

FY22 Duluth Drydocking

Process Number PANGLR-21-P-0000-005055

USA

Dates:


Notice ID:

PANGLR-21-P-0000-005055

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W072 ENDIST DETROIT

Office:

W072 ENDIST DETROIT

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 22, 2021 12:00 pm est

Inactive Policy:

15 days after response date

Original Inactive Date:

jan 06, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

j020 - maint/repair/rebuild of equipment- ship and marine equipment

NAICS Code:

336611 - ship building and repairing

Description:


Original Set Aside:

The United States Army Corps of Engineers, Detroit District is seeking information on potential sources and feedback on the service requirements as identified below. This Sources Sought Notice will be utilized by the U.S. Army Corps of Engineers, Detroit District to establish a list of sources interested in the Duluth Dry Docking for the USACE Duluth District at a location in Duluth, Minnesota. Interested sources are encouraged to respond. The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to this Sources Sought notice/Market Research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. This Sources Sought announcement is for planning and market research purposes only and is NOT an Invitation for Bid or Request for Quote or Proposal. This requirement is considered a new effort with performance-based services that are detailed in the DRAFT Performance Work Statement (PWS) provided as part of this Sources Sought notice. This requirement is expected to be solicited in early February 2022 as a Firm Fixed Price Contract with Time and Material CLIN’s for repair and maintenance efforts. Any information submitted by respondents to this Sources Sought synopsis is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment (i.e., United States Core of Engineers) of the capability statements received will factor into the nature of the forthcoming solicitation (i.e., “full and open” competition; small business set aside; etc.) TECHNICAL REQUIREMENTS: The Draft PWS has all the information listed regarding the technical requirements to this effort. As a remainder, draft documentation is subject to change. The North American Industrial Classification System (NAICS) code is 336611, Ship Building and Repairing, which has a small business size standard of 1,250 employees. The Product Service Code (PSC) for this requirement is presently J020 – Maintenance, Repair and Rebuilding of Equipment. Mileage for Transport: The Tug DL Billmaier, Tender Hammond Bay & Derick Barge HJ Schwartz will be delivered to and return from the shipyard by the Government. The cost of transporting the plant (Tug, Tender Tug and Crane Barge) will be considered in the bid evaluations to determine the lowest cost to the government of qualified bids. The cost to transport is $284.98 per round trip nautical mile. ADDITIONAL INFORMATION/INSTRUCTIONS: If after reviewing this document, attached pictures, and you desire to participate in the market research please complete and return the Contractor Capability Survey attached. All interested firms shall submit a response demonstrating its capabilities to provide the requested items to the primary point of contact listed below. Response format and due date information is specified in next paragraph of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Any information submitted by respondents to this Sources Sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this Sources Sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. Additional company capability information is welcome. Your company’s response is limited to five pages. All attachments must be provided in either Microsoft Word, excel, or Adobe Acrobat PDF format. Attachments with files ending in “.zip” or “.exe” are not allowable and files will be stripped and deleted from any emails received by the Government. Ensure only .pdf, .docx, or .xlsx documents are attached to your email. Please send responses by no later than 12:00 PM EST on December 17, 2021. PLEASE REFERENCE “SOURCES SOUGHT: Duluth Drydocking”, in the subject line. All submissions shall be sent to the following emails: LRE-Proposal@usace.army.mil, Catherine.Sheppard@usace.army.mil, and Shandora.Acrey@usace.army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Attachments / Links:


Document Size Updated date Download

Contact Information:


CONTRACTING OFFICE KO 477 MICHIGAN AVE RM 617

DETROIT , MI 48226-5000

USA

Primary Point of Contacts:

Catherine Sheppard

Secondary Point of Contact:

Shandora Acrey