Sources Sought FY25 Debris Vessel Reynolds Maintenance
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 24, 2025 04:10 pm EST
- Original Response Date: Jan 31, 2025 02:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Jan 31, 2030
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 488390 - Other Support Activities for Water Transportation
- Place of Performance: Baltimore , MDUSA
Description
This Sources Sought is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent amendments. All submissions become government property and will not be returned. Any solicitation issued as a result of this notice will be in a separate announcement. The purpose of this notice is to survey interest and obtain capability statements from industry.
The U.S. Army Corps of Engineers (USACE) Baltimore District requests letters of interest from qualified Small Businesses, 8(a)s, HUBZones, WOSB or SDV interested in performing work on the potential Debris Vessel Reynolds Maintenance, Chesapeake Bay, Maryland.
By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside or acquisition decision to be issued will depend upon the capabilities of the responses to this notice.
This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to a contract for any construction requirements. Further, the Baltimore District (the Agency) will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all cost associated with responding to this Notice will be solely at the responding party’s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued.
PROJECT DESCRIPTION
The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit and award for Debris Vessel Reynolds Maintenance services located within the interior boundary of the Chesapeake Bay and its tributaries.
Contractor is responsible for supplying all the necessary services, equipment, and equipment materials to perform all maintenance and repair activities in the scope of work. The work may include welding modifications/fabrications which shall be performed by a certified welder. All electrical work shall be performed under the direct supervision of an American Boat and Yacht Council (ABYC) certified marine electrician. All electrical work shall meet marine standards with materials being “Underwriters Laboratory (UL) Marine Listed”, American Bureau of Shipping (ABS) classed, and U.S. Coast Guard (USCG) accepted. All paint shall be marine grade paints/coatings. All work is to be completed to meet manufacturer specifications and installed equipment warranty requirements. All work shall meet the Environmental Protection Agency (EPA) and U.S. Coast Guard standards (U.S.C.G.). All equipment and work shall be warranted to the equipment manufacturer’s warranty standards but no less than 12 months from the date of acceptance of the work.
An experienced contractor with resources and expertise to handle the following project constraints is needed: The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate.
The North American Industry Classification System (NAICS) code for this procurement is 488390 – “Other Support Activities for Water Transportation”. The Size Standard is $47,000,000.
CAPABILITIES STATEMENT
Vendors interested in the potential procurement shall submit a brief capabilities statement no longer than ten pages. The capabilities statement shall include the following:
1. Company name, address, point of contact, phone number, e-mail address, CAGE code, and UEI number.
2. Business size in relation to the NAICS code, including small business category as applicable (e.g. woman-owned small business, service-disabled veteran-owned small business, etc.).
3. Information and details of similar projects to include the contract values
4. Answers to the questions below:
- Are you within the interior boundary of the Chesapeake Bay and its tributaries.?
- Are you experienced in doing shipyard repairs?
- Are you experienced in fabricating and welding?
- What is your minimum cost for maintenance?
- Where is your maintenance site located?
- Do you have references?
Email capabilities statement to Angela Padua, Contract Specialist at Angela.S.Padua@usace.army.mil and Sharon Alexander, Contracting Officer at Sharon.L.Alexander@usace.army.mil no later than 2:00 PM Eastern Time, January 31, 2025; reference Sources Sought number W912DR25X13Z7. Submissions will be shared with the Government project delivery team, but otherwise will be held in strict confidence. No feedback or evaluations will be provided to respondents regarding their submissions. If you have any questions, contact Angela Padua by email.
Attachments/Links
Contact Information
Contracting Office Address
- RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
- BALTIMORE , MD 21201-2526
- USA
Primary Point of Contact
- Angela Padua
- angela.s.padua@usace.army.mil
- Phone Number 4109626147
Secondary Point of Contact
- Sharon Alexander
- sharon.l.alexander@usace.army.mil
- Phone Number 4109620191
History
- Jan 24, 2025 04:10 pm ESTSources Sought (Original)