Shipyard Services for the U.S. Army Corps of Engineers, Wilmington District
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: Jun 06, 2023 10:24 am EDT
- Original Response Date: Jun 16, 2023 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 01, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- 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: NCUSA
Description
SOURCES SOUGHT for ACQUISITION OPPORTUNITY - SERVICE CONTRACTS. The U.S. Army Corps of Engineers, Wilmington District, is seeking shipyard services to haul the District's vessels so that repairs can be made by Corps personnel and Corps subcontractors. The area of consideration for these services is the state of North Carolina.
Services shall include, but may not be limited to haul out, forklift services, areal lifts to 60 feet, crane services up to 50 tons capacity, and painting. The shipyard shall have a fully enclosed, environmentally controlled facility for painting and repair in inclement weather. Additionally, the shipyard will allow minor machine work to be performed by qualified Corps machinists. The shipyard shall also supply basic ship repair materials from existing stock at cost if sufficient quantities are available. Office space with internet on site will be available for a Corps engineer.
Shipyard periods may be from 1 to 16 weeks long, depending on repairs required. For yard periods other than emergencies, the Corp will schedule the yard period 6 months in advance. 24 hour access to the vessel for repair work is required. Corps personnel and Corps subcontractors shall abide by all shipyard safety rules and will keep work and materials in areas designated by the shipyard.
These vessels include:
Dredge Merritt - Side Caster Dredge, 104’ feet length overall, 30’ feet beam overall, 342 long tons displacement.
Dredge Currituck - Hopper Dredge, 150’ feet length overall, 30’ feet - 7” inches beam overall, 175 Long tons displacement.
Dredge Murden - Hopper Dredge, 156’ feet length overall, 35’ feet beam overall, 390 long tons displacement.
Brandy Station – Multi-Purpose Vessel (MPV) / Landing Craft Utility (LCU), 174’ feet length overall, 42’ feet beam overall, 584 tons.
In an effort to enhance competition, we are conducting this market research to gauge the level of interest and capabilities with regards to an upcoming acquisition for a Service contract for this requirement. The findings of the market research will be used in considering for future projects. All projects are subject to the availability of funds.
Required Responses:
Your review and responses to this document will be very helpful in determining the marketplace for maintenance services of the type described above. Please review the Description of Work carefully before responding. If a question is not applicable, please indicate "N/A" with your response.
1. Has your firm, as a prime contractor, whether individually or through a formal joint venture, teaming agreement, or under subcontract to a Federal prime contractor, provided similar services as described in the brief description of project above? If yes, please provide the following information on your three most recent projects:
(a) Contracting agency address
(b) Contract Number, date and amount of award, date of completion.
(c) Was your company the prime or a subcontractor?
(d) Description of items/services provided under the contract.
(e) State whether or not there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the contracting officer.
2. If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, have you provided similar services to commercial sources? If so, please provide the specifics in terms of the largest customers of these services. Please include any information relevant to any potential difficulties you note with complying fully with the Description of Work.
3. Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics.
4. Has your firm, or any firm that you would potentially joint venture or team with ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and/or the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency to your firm or teaming partners when the matter was referred to SBA for review and consideration?
5. Although this is a sources sought synopsis, are you interested in submitting a quote for this requirement should a solicitation be issued?
6. Please advise if your company is certified as one or more of the following:
Small Business
Small Disadvantaged Business
HUBZone Small Business
Service-Disabled, Veteran-Owned Small Business
Woman-Owned Small Business
Please e-mail your responses and any relevant information regarding specific performance or other qualifications, no later than 1400 hrs, 16 June 2023 to rosalind.m.shoemaker@usace.army.mil. THE EMAIL SHOULD BE ENTITLED, Shipyard Services Sources Sought (W912PM23THAUL).
Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this construction project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein.
THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH.
All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy
Contracting Office Address:
Wilmington District US Army Corps of Engineers
69 Darlington Avenue
Wilmington, NC 28403-1343
Point of Contact:
Rosalind Shoemaker, Contracting Officer 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
- Rosalind M. Shoemaker
- rosalind.m.shoemaker@usace.army.mil
- Phone Number 9102514436
Secondary Point of Contact
History
- Jul 01, 2023 11:56 pm EDTSources Sought (Original)