DredgeYaquina Rudder Overhaul Sources Sought:
This announcement is a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This announcement is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this Sources Sought is to determine interested parties, socioeconomic status availability, capabilities, and qualifications. The Government intends to use responses to this sources sought synopsis to make appropriate acquisition decisions for future ship maintenance requirements.
The U.S. Army Corps of Engineers (USACE) - Portland District is requesting your help in identifying contractors with the capability and availability to respond to critical dredge vessel maintenance/repairs:
The Contractor shall furnish all management, supervision, labor, subcontracting services of manufacturer’s representatives and all facilities, utilities, equipment, and tools necessary to fully execute the overhaul and repair of the USAV Yaquina rudders and rudder stocks. Repair quantity two (2) rudders and quantity two (2) rudder stocks as specified below. Provide an inspection report in CFR format within two (2) weeks of receiving parts. NOTE: USCG and ABS Surveyor may request to be present at other progress points not mentioned or require documentation that ABS recommendations are being met. Contractor shall include reasonable costs for ABS inspections in their price for this work task. Contractor shall ensure USCG and ABS are present for all inspections.
Rudder Repairs
Rudder quantity of two (2) have excessive wear in the tapered bore resulting in insufficient contact (<80%) between the rudder and stock. Contractor shall weld build-up (EFe1 electrode) existing keyed taper bore and re-machine to print Y-2274-1.Sandblast rudder exterior, pocket area, and access covers to SSPC-SP-6 standard. Ensure rudder interior is dry and free from sand or other debris. Paint all accessible areas to lower hull coating requirements as specified in Coating Schedule section of the PWS. Inaccessible areas of the rudder interior shall be treated with corrosion preventative compound conforming to MIL-C-16173D grade 1 or 3. Contractor shall fabricate two (2) rudder seal rings Detail 15-A Rev E and two (2) rudder keys piece 4. Re-tap ½” rudder access cover and seal ring bolt holes 50 places on each rudder. Insert as necessary, assume 24 total for the purpose of bidding. Re-tap 1” NPT drain plugs, 3 places for each rudder. Procure and install six (6) new SCH 80 silicon bronze NPT plugs. Upon final acceptance of stock assembly, all bare metal areas shall be coated with a preservative coating meeting MIL-C-11796C Class.
Rudder Stock Repairs
Rudder stocks (2 each) have excessive wear in the bearing areas, requiring replacement of centrifugally cast stainless steel liners and re-machining to print Y-2520-2. Recondition rudder stock nut landing surface 9.5”ø to be perpendicular to the stock within 0.005”. Prepare stock surface and install new Glass Reinforced Plastic (GRP) coating on exposed nonmachined surfaces with a minimum of 4 wraps. GRP shall be spark tested as required by ABS. Upon final acceptance of stock assembly, all bare metal areas shall be coated with a preservative coating meeting MIL-C-11796C Class.
SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS
Vendors interested in this requirement(s) with Portland District must submit the documentation and meet the requirements identified below:
A. General Submission Information:
1. Point of Contact name, email address, and phone number.
2. CAGE Code and Unique Entity ID number (All contractors are required to be registered in the DOD System for Award Management (SAM) via https://www.sam.gov).
3. In the event that the contractor is a small business under NAICS 336611 or that of a similar size standard, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB.
4. Statement of Capability (SOC) Statement of the contractor's skills, knowledge, experience, and capability to perform the described work, such as documentation and examples of recent relevant experience and technical competence with dredging.
INSTRUCTIONS
Submit technical inquires and questions relating to this sources sought in writing via email to
Scarlett Millman (scarlett.j.millman@usace.army.mil)
Brandon Lasich (brandon.m.lasich@usace.army.mil)
SMALL BUSINESS POINT OF CONTACT
The point of contact for small business questions or assistance is the Portland District Deputy for Small Business: Maura Timmermann
Phone: 402-370-0095
Email: Maura.J.Timmermann@usace.army.mil