Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912BU24R0031
**Amendment 0005 has been issued to extend the offer due date until 21 August at 2:00 PM EST.** **Amendment 0004 has been issued to answer RFI and extend offer due date until 16 August at 2:00 PM EST....
**Amendment 0005 has been issued to extend the offer due date until 21 August at 2:00 PM EST.** **Amendment 0004 has been issued to answer RFI and extend offer due date until 16 August at 2:00 PM EST.** **Amendment 0003 has been issued to update the attached SOW and answer RFIs.** **Amendment 0002 has been issued to extend the offer due date until 31 July 2024 at 2:00 PM EST, and answer RFIs #1-8.** **Amendment 0001 has been issued to add clause 52.228-14 and update the attached SOW, specifically section J-List of attachments.** The Philadelphia District of the U.S. Army Corps of Engineers is issuing a solicitation to procure services to execute the repowering of the dredge Hurley. The Dredge Hurley is a diesel electric dustpan dredge which dredges the Mississippi River in the Memphis area. The dredge was designed to operate on two generators with a third on standby. To be compliant with current EPA emission rules, the dredge was approved to be repowered. Principal Vessel Characteristics: Length over all (LOA): 348 feet 6 Inches ( 348.50 feet) Length between Perpendiculars (LBP): 348 feet 0 Inches ( 348.00 feet) Breadth (Molded): 58 feet 0 Inches ( 58.00 feet) Depth, amidships (Molded), to Main Deck at Side: 11 feet 0 Inches ( 11.00 feet) (Est) Summer Freeboard Draft, from molded baseline: 7 feet 8 1/8 Inches ( 7.68 feet) Design Displacement, fresh water (from GHS at 7' DWL): 3151 LT A conceptual design was completed in 2018 and three (3) diesel generator sets are being procured as Government Furnished Equipment (GFE) as part of the repower efforts. A final design package that includes weight estimate, foundation design drawings, general arrangement, machinery arrangement drawings, piping arrangement drawings, rip out/removal plans, electrical power system modification drawings, and monitoring, control, and alarm system modification drawings will be provided. SITE VISIT: Availability will be made available June 11th and 12th. Representatives of prospective Offerors wishing to attend should contact Matt Young at (901) 481-4470 for the specifics of the exact location. There will be Liquidated Damages associated with this procurement. Bonding is required. All offerors shall provide either (1) a previously executed master ship agreement or (2) a written commitment that the offeror possesses the necessary qualifications to perform the work and agrees to execute a master agreement prior to contract award Solicitation documents, plans and specifications will only be available via the SAM.gov homepage located at https://www.sam.gov. No hard copies will not be available. It is the contractor’s responsibility to monitor https://www.sam.gov for issuance of the solicitation and monitoring of any amendments once the solicitation is issued. The solicitation will contain FAR provision 52.204-7; therefore, a bidder must be registered in the System for Award Management (SAM) database prior to award. Questions regarding this notice should be directed to Michael Hunter at michael.j.hunter@usace.army.mil