SOURCES SOUGHT
19 -- 19--Purchase of small dredge
- Notice Date
- 12/7/2022 3:21:53 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3023Q0006
- Response Due
- 12/19/2022 1:00:00 PM
- Archive Date
- 03/31/2023
- Point of Contact
- Conden, Jessie, Phone: 7022938128, Fax: 7022938499
- E-Mail Address
-
jconden@usbr.gov
(jconden@usbr.gov)
- Description
- This is a Sources Sought announcement for acquisition planning purposes and no formal solicitation for this requirement exists at this time. All businesses, regardless of size; capable of providing these items are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. Proposed Project: The Bureau of Reclamation (Reclamation), Lower Colorado Basin, has a requirement for the purchase and delivery of one (1) Small Hydraulic Dredge to assist with maintenance of conservation areas. The dredge shall comply with US Coast Guard Regulations, other Federal, State and local laws, regulations, and standards pertinent to the construction of the subject equipment, including those pertaining to water, air, and noise pollution. Minimum requirements for the dredge include the following: 1. One Dredge, complete with, air conditioned and heated cab. 2. Self-propulsion System and steering - able to navigate and dredge in 36 inches of water 3. Transportable on one transport trailer. 4. Minimum 6-inch subermisible hydraulic dredge pump. 5. Draft: 30-inch or less. 6. Cutterhead: Birotational auger 7. Excavation Depth: Up to 20 feet variable, with ability to excavate along 2H:1V side channel slopes 8. Sediment discharge rate: Minimum 100 cubic yards per hour, with lift of 60 feet from excavation depth to discharge point. 9. Diesel engine with minimum of 250 HP that is EPA Tier 4 Final Compliant. 10. Minimum 9ft width vegetation cutterhead 11. Minimum 9ft width low-turbidity sediment cutterhead 12. Pump must be able to pass up to 6 in. spherical solids 13. Dredge is self-propelled (non-prop driven and clog free). 14. Propulsion system must be able to reach down to 22 ft. depth. 15. Shall be able to operate in self-propelled mode up to 2.5 knot current. 16. 1,000 feet of 12"" HDPE pipe. 17. Self Launching Trailer - Transport/Launch/Retrieve. 18. Basic Set of Spare Parts Package. 19. GPS System. 20. Digital Depth Indicator. 21. Handrails with post spacing not to exceed 8', horizontal rails to 3.5'. 22. Lighting system for night shift operation. 23. Minimum 8-hour fuel capacity. 24. Sound System AM/FM/Bluetooth radio. 25. Two hard copies and one electronic copy of operator, service, and repair manuals. The applicable North American Industry Classification System (NAICS) Code 336611, Ship Building and Repairing with a corresponding small business size standard of 1,250 employees. Interested firms must submit the following information: 1. Name and address of Firm 2. Phone number 3. Email Address 4. Unique Entity ID Number (Formerly the DUNS Number) 5. Statement as whether the firm manufacturers the end product or not. 6. Identify if the product is American made or not. 7. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other) 8. Capability Statement (not to exceed 6 pages). A brief summary of capabilities to include demonstration of the firm's ability, capability, and responsibility to supply a functional dredge with the minimum requirements stated. Provide a list of actual dredges of the approximate equal size completed with the past five years. References with point of contact information. Customary lead times for these types of items. Any known or foreseeable issues with manufacturing these types of items. Registration with System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to submission of a quote. Lack of registration in the SAM database will make an offeror ineligible for consideration of award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov. All responses must be submitted via email no later than 12:00 Noon Pacific Time, December 19, 2022. Email address: jconden@usbr.gov. Include the reference number (140R3023Q0006) in the subject line. When it is determined that a formal solicitation will be issued, the pre-solicitation notice will be posted on Contract Opportunities at sam.gov web site at http://sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5075749b33ae48c98b4f6a80e3b2727d/view)
- Record
- SN06538110-F 20221209/221207230102 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |