Murden Shipyard Repair Services
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: Presolicitation (Original)
- Original Published Date: Jan 09, 2025 09:28 am EST
- Original Response Date: Dec 31, 2025 04:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jan 15, 2026
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance: Wilmington , NC 28403USA
Description
The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to provide the Dredge Murden with up to (90) days of Shipyard Repair Services. The principal dimensions and physical data for the vessel are shown below:
GENERAL DESCRIPTION
Length Overall............................................................................ 156’-2”
Breadth, Molded........................................................................... 35’ 0”
Depth, Molded Amidships to Main Deck at Side........................ 10’-9”
Material (Hull and Deckhouse Platform)....................All Welded Steel
Material (Deckhouse)…………………………..All Welded Aluminum
Gross Tonnage…………................................................... 551 tons ITC
Hull Form............................................................…………… Split Hull
ABS I.D. No. ……………………………………………….. 12222423
The major work scope includes dry-docking the vessel, cleaning, and painting the exterior (including underneath the deckhouse) and interior of the vessel, assisting with ABS and USCG required inspections, and miscellaneous modifications and repairs in accordance with these specifications.
The work scope also includes various items required to satisfy the requirements of the American Bureau of Shipping (ABS) with 7-3-2/5 ABS Steel Vessel Rules for Special Periodical Survey No. 3 and 7-6-2/3 ABS Steel Vessel Rules for Machinery Surveys – Survey Requirements/Special Periodical Surveys. The Contractor is responsible for the costs associated with providing the inspection services of ABS.
Repair work must be completed from Brownsville TX, along the intercostal waterway to Tampa, Florida. Facilities are acceptable located up to 90 miles from the intercoastal waterway in any direction between these ports. The contact facility must be navigable by the dredge allowing for 8’ of draft to transit safely.
Certification for the dry-dock to be used to lift the plant shall be submitted with the Contractor’s proposal. The dry-dock shall be certified for docking the plant of the dimensions and weight given by one of the following:
(a) US Navy, Naval Sea Systems Command
(b) American Bureau of Shipping (ABS)
(c) An independent registered Professional Engineer specializing in dry-docks, who shall cover the inspection requirements of item (a) or (b) above.
The Inspection Certificate shall be within three (3) years if the age of the dock is less than ten (10) years old and within two (2) years if the age of the dock is over ten (10) years old.
The Contract duration is ninety (90) calendar days after delivery of the vessel to Contractor’s yard. The Contractor is responsible for completing all definite and indefinite work items within the ninety (90) calendar day Contract duration.
This solicitation is a 100% Small Business set-aside.
The contract issued will be Firm Fixed Price.
This solicitation will be issued in electronic format only and will be available on or about 10 February 2025.
The quote due date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, facsimiles, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored.
The North American Industry Classification System (NAICS) code is 336611 – Ship Building and Repairing and the size standard is 1,300 Employees.
Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at www.sam.gov. After completing SAM, in order to download documents contractors and their subcontractors must register at www.sam.gov. In order to locate solicitation, Contractors can go to www. sam.gov and search for the solicitation number.
Contractors can register to be put on a plan holders list that others can access through the www.sam.gov website. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Diana Curl, Contract Specialist, phone (910) 251-4915, email diana.d.curl@usace.army.mil or Rosalind Shoemaker, Contract Office, phone (910) 251-4436, email rosalind.m.shoemaker@usace.army.mil.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
- WILMINGTON , NC 28403-1343
- USA
Primary Point of Contact
- Diana Curl
- diana.d.curl@usace.army.mil
- Phone Number 9102514915
Secondary Point of Contact
- Rosalind M. Shoemaker
- rosalind.m.shoemaker@usace.army.mil
- Phone Number 9102514436
History
- Jan 24, 2025 11:40 am ESTSolicitation (Original)
- Jan 15, 2025 11:55 pm ESTSources Sought (Original)
- Jan 09, 2025 09:28 am ESTPresolicitation (Original)