United States - Cutter Suction Head Dredge for Azerbaijan
For more information and to make a bid you will need to go to the third party website.
Details
Provided by- Opportunity closing date
- 17 September 2019
- Opportunity publication date
- 28 August 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Aug 27, 2019 4:27 pm
COMBINED SYNOPSIS/SOLICITATION
AZERBAIJAN CUTTER HEAD DREDGE
W912BU19Q0020
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
B. The Marine Design Center (MDC) of the U.S. Army Corps of Engineers (USACE) has issued this solicitation to acquire a new, non-propelled, cutter suction head dredge. This project is being accomplished through an interagency agreement with the U.S. Navy. As part of the Department of Defense (DOD) Building Partnering Capacity (BPC), the U.S. Navy program includes the acquisition of one cutter suction head dredge for the Country of Azerbaijan. The MDC will execute the acquisition and contract administration for this project.
The contractor shall be responsible for providing a fully functioning cutter suction head dredge. When complete, the new cutter suction head dredge will operate out of Astara, Azerbaijan to maintain the harbor depth and harbor entrance.
SOLICITATION #: W912BU19Q0020
This combined synopsis/solicitation is issued as a Request for Quote. A Firm Fixed Price type contract will be awarded.
The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 effective 13 August 2019.
This combined synopsis/solicitation is being issued as a Full and Open competition under NAICS: 336611
All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to Robert.W.Hutcheon@usace.army.mil no later than 16 September 2019, 1:00 PM EST.
**Contractors are instructed to price each CLIN or SubCLIN individually**
Specifications for One Cutter Suction Head Dredge
1. Project Overview
The Marine Design Center (MDC) of the U.S. Army Corps of Engineers (USACE) has issued this solicitation to acquire a new, non-propelled, cutter suction head dredge. This project is being accomplished through an interagency agreement with the U.S. Navy. As part of the Department of Defense (DOD) Building Partnering Capacity (BPC), the U.S. Navy program includes the acquisition of one cutter suction head dredge for the Country of Azerbaijan. The MDC will execute the acquisition and contract administration for this project.
The contractor shall be responsible for providing a fully functioning cutter suction head dredge. When complete, the new cutter suction head dredge will operate out of Astara, Azerbaijan to maintain the harbor depth and harbor entrance.
2. Contract Overview
The contract will be administered in three phases:
Phase I - Planning, Scheduling & Engineering
Phase II - Construction and Testing at Manufacturer's Facility
Phase III - Assembly and Testing at the Final Destination
The maximum period for each phase will be:
Phase I - 120 days
Phase II - 270 days from the completion of Phase I
Phase III - 90 days from the arrival of the dredge at the final destination
Each phase shall only begin after a written Notice to Proceed (NTP) is issued to the contractor. Note that phases can be completed in less time than allowed by the contract.
The intention of Phase I is for the Government to review the dredge design and confirms it complies with the contact requirements. In addition, the schedule developed and provided by the contractor will allow the Government to plan for the necessary quality assurance work in order to minimize disruptions to the build schedule.
The intention of Phase II is for the contractor to build the vessel and demonstrate performance through successful testing at their facility. The contractor shall also be responsible for prepping and packaging for shipment the dredge and components, and all optional line items awarded.
The intention of Phase III is for the contractor to reassemble and reactivate the dredge at the final destination site in Azerbaijan. The contractor shall demonstrate the full vessel performance with the dredge in the water during this phase. In addition, if the optional training line items are awarded, they will take place during this phase.
3. Vessel Performance Characteristics
The bottom material in the area of operation is sand and mud. The vessel shall be able to dredge to a maximum depth of at least 20 feet.
At the maximum dredging depth, the vessel shall be capable of discharging the dredge material through up to 3,500 feet of floating discharge pipe at sea level. For pump sizing purposes, the discharge pipe size shall match the discharge end pipe of the dredge.
4. Vessel Characteristics
The dredge design is intended to be based on a commercially available transportable dredge. The primary characteristics are:
• Hull Length: Approx. 60 feet
• Hull Width: Approx. 12 feet
The hull shall be designed with a lifting eye system to lift the dredge hull, and a second lifting eye system to lift the ladder. Lifting slings for the ladder are acceptable. A lifting plan for the hull and for the ladder shall be provided.
5. Design and Material Standards
The vessel shall be designed in accordance with the latest edition and interpretations of the rules, regulations, requirements and standards of the Legislation, Regulatory Agencies, and technical organizations listed as follows or as stipulated in each respective specification clause:
Hull Structural Design
• American Bureau of Shipping (ABS) "Rules for Building and Classing Steel Vessels for Service on Rivers and Intracoastal Waterways".
All materials used in the construction of the hull and ladder shall be ABS Grade A or ASTM A36.
The vessel's design shall demonstrate in all loading conditions adequate intact and damage stability standards as follows:
Intact Stability: comply with 46 CFR 170.170 and 46 CFR 170.173 (for protected routes)
Damage Stability: with any one compartment damaged and flooded, the vessel shall remain upright, with a metacentric height (GM) of at least 3 inches, and the deck edge above the equilibrium waterline.
6. Dredge Pump
The dredge pump shall be sized to meet the performance requirements listed in Part 3. The suction side shall be 10" or 12" diameter, and the discharge side shall be 10". Impeller shall, be three vane, to maximize spherical clearance through the pump. Cleanout(s) access shall be provided for the pump and impeller.
Pump performance shall be at least 3,800 GPM at 200 foot (water column) head.
At the maximum dredging depth, the vessel shall be capable to discharging the dredge material through up to 3,500 feet of floating discharge pipe at sea level.
The impeller shall be attached in such a manner as to allow removal through the suction-side head. A lifting hook shall be provided for removing the impeller.
The dredge pump shall be provided with a gland flushing system that provides raw water to the dredge pump gland and the suction line valve (refer to Part 15).
A flow meter for production shall be provided in the system.
7. Dredge Ladder & Ladder Hoist
Ladder length shall be sufficient for full production dredging at 20 foot water depth.
The dredge ladder shall be removable for transportation and maintenance. A three or four point lifting eye system, or sling lift locations, shall be incorporated into the ladder to facilitate the removal and installation. The final as-built, dry weight of the ladder shall be stenciled on the ladder. If a sling lift system is to be used, the contractor shall provide lifting slings/straps rated for the ladder weight.
The dredge ladder shall be lifted through an a-frame, winch and wire rope system; or a hydraulic cylinder system. The hoist system shall be designed to raise the ladder from the deepest draft depth, with the pipe filled with dredge material.
8. Cutterhead
A hydraulic powered cutterhead shall be provided. Cutterhead shall be minimum 40 HP. The cutterhead shall be removable to facilitate repair, maintenance and replacement. The cutterhead shall have a minimum of 3 blades, with replaceable teeth.
9. Spuds & Spud Hoists
Two round or square section spuds be provided. The length of the spuds shall be adequate to allow dredging to the maximum depth. The spuds shall be raised and lowered with hydraulic spud winches or hydraulic cylinder hoists. The winches/hoists shall have a freefall mode.
Each spud shall have a hoist point/padeye at the top of the spud for removal. The final as-built weight of each spud shall be stenciled on the spud.
10. Swing Winches
Two hydraulic swing winches shall be provided to facilitate the dredging operations. The winches and wire rope shall be sized to swing the dredge in the cut under the maximum dredge production conditions. Each winch shall be provided with 200 feet of wire rope.
Winch performance shall be at least 70 FPM, on first rope layer, at 8,000 pounds line pull.
If the swing winches are not located on the ladder, roller chocks/sheaves shall be provided on the ladder to facilitate the dredge swing.
11. Swing Anchors
Two swing anchors, sized to provide adequate holding power for the dredge to swing in the cut under the maximum dredge production conditions, shall be provided.
12. Engine & Hydraulics
One main marine or industrial diesel engine, US EPA Tier 3 emissions rated, shall be provided to power the dredge pump and hydraulics system. The engine shall be rated at minimum 400 HP. Engine shall be either radiator cooled or box cooled, with the box cooler protected within the hull. The engine shall be battery start.
The engine shall drive the pump through a gear box with clutch. A flexible resilient coupling shall be provided at the dredge input shaft, to minimize shock loads to the dredge pump drive.
The hydraulic system shall be sized to support the full operation of the swing winches, ladder hoist system, spud hoist systems and cutterhead. US EPA Environmentally Acceptable Lubricants (EALs) shall be used throughout the hydraulic system.
13. Fuel System
A fuel tank shall be provided, sized for a minimum of 500 gallons. Duplex filters shall be installed on the supply line to the main engine.
14. Bilge System
A bilge alarm shall be provided for the main dredge pump and/or engine compartment.
A minimum of one fixed bilge pump shall be provided for the main engine room compartment.
For all other watertight compartments, an access through a watertight manhole in the main deck shall be provided to allow a pump 4" suction hose with strainer to be lowered into the space for dewatering.
15. Service Water Pump
A service pump shall be provided to supply flushing water to the dredge pump packing gland.
A sea chest with cleanable strainer and shut-off valve shall be provided
16. Control/Lever House
A control/lever house shall be provided.
Plexiglas or tempered glass windows, for 360 degree visibility, shall be provided. All windows shall be tinted.
An operator's chair, with 360 degree rotation and adjustable height shall be provided.
Controls and levers for all dredging functions, including swing winches (with dynamic braking), ladder raising/lowering, spud raising/lowering, and dredge pump throttle shall be provided on the console. All controls and dials on the console shall be illuminated.
At a minimum, the following shall be provided:
a. Dredge pump vacuum gauge.
b. Dredge pump discharge gauge.
c. Cutter hydraulic pressure gauge.
d. Swing hydraulic pressure gauge.
e. Service water pressure gauge.
f. Engine tachometer.
g. Engine oil pressure gauge with alarm light.
h. Engine water temperature gauge with alarm light.
i. Engine throttle control.
j. Instrument light switch with dimmer.
k. Cutter forward - reverse-speed control.
l. Port swing forward - reverse-speed control.
m. Starboard swing forward - reverse-speed control.
n. Port spud - raise - lower - freefall control.
o. Starboard spud - raise - lower - freefall control.
p. Ladder depth gauge - sliding board type in view of operator.
q. Dredge discharge pipe flow meter
A roof mounted combined air conditioner/heater unit shall be provided and installed. The unit compressor shall be powered by the engine, and the air circulation fans shall be powered by the DC electrical system.
The unit shall be sized to maintain temperature no greater than 78 degrees F in air conditioning mode, and at least 72 degrees F in heating mode, for the intended area of operation.
One VHF radio shall be supplied and installed.
The control/lever house shall be insulated for temperature control, and also to maintain an internal noise level less than 80-dB during normal operations.
17. Doors
A lockable weathertight door shall be provided for the control/lever house. All exterior doors and/or equipment enclosures shall be provided with locks. All doors shall have a common lock and key.
18. Deck Fittings & Deck Equipment
A system of kevels shall be provided around the perimeter of the dredge to allow the vessel to be safely moored. A minimum of two (2) per side shall be provided. Backup structure in way of the deck fittings shall be provided.
A jib crane/davit shall be provided on the stern to facilitate the handling of the dredge discharge pipe for connecting/disconnecting to the dredge discharge outlet. The safe working load (SWL) of the jib crane/davit shall be stenciled on the equipment.
19. Handrails
An industry standard, two or three tier, handrail system shall be provided around the perimeter of the vessel. The system shall either be removable or collapsible. The top of the handrails shall be between 39-inches and 45-inches above the deck.
20. Navigation & Safety Equipment
The following shall be provided with the vessel:
• Navigation light mast and day shapes
• One (1) GPS unit and display.
• Two (2) 24 inch life rings with automatic strobe water light
• Two (2) 10 lb ABC fire extinguishers (USCG approved) with mounting bracket
• Machinery guards over all rotating equipment, belts and shafts.
21. Electrical & Lighting System
The dredge shall be provided with a full DC electrical system to provide power for lighting, equipment, controls and monitoring. The batteries shall be charged through an alternator on the main engine. The electrical system shall be grounded in accordance with ABYC standards.
All lights shall be LED. Exterior flood lights shall be provided to illuminate the forward and aft working areas. The lever room, pump and engine rooms/enclosures shall be provided with adequate lighting.
22. Paint System
All interior spaces (including voids and behind control/lever house finishings) shall be coated with a minimum of 5 mils of the manufacturer's standard coating system.
All exterior surfaces (including spuds, ladder, handrails, etc.) shall be coated with a minimum of 10 mils of the manufacturer's standard coating system. The deck surface shall have non-skid grit applied to the paint coating.
The manufacturer's standard color scheme is acceptable for this contract.
23. Construction, Assembly & Quality Assurance at the Contractor's Facility
The contractor shall be responsible for the full construction and assembly of the dredge at their facility. The Government will inspect the construction in accordance with the ABS rules and to confirm compliance with these specifications.
During Phase I, the contractor shall provide a milestone production schedule to the Government. The schedule shall include the hull fabrication and weld-out, machinery and outfit, and painting milestone events.
It is not the intention of the Government to disrupt the manufacturer's production process. The Government will perform quality assurance on the vessel while it is going through production. The Government will coordinate with the contractor on the structural completion, tank tightness testing, paint completion, vessel completion and testing events.
For the structural fabrication and welding of the hull, the contractor shall notify the Government at least five (5) days before the scheduled completion date. Following the structural fabrication and welding of the hull completion, a period of no more than two (2) days shall be made available for the Government to perform quality assurance of the work. When requested by the Government, material certifications for the structural plate, internal members and the ladder shall be provided. Painting shall not occur until after this period.
At the direction of the Contracting Officer's Representative, non-destructive testing of welded connections, may be ordered to confirm construction quality. The contractor shall bear the costs of any welding NDT directed.
The contractor shall perform hull and tank tightness testing in accordance with ABS rules. The contractor shall notify the Government at least five (5) days before any scheduled tightness testing. At the discretion of the Government, a quality assurance representative may be onsite to witness the testing. Painting shall not occur on the hull or tanks until their tightness have been tested and verified.
At the completion of the vessel fabrication, outfitting, machinery installation, painting and assembly, the Government will perform quality assurance of the work. The Government shall be notified at least five (5) before the scheduled completion date. A period of no more than two (2) days shall be made available for the Government to perform quality assurance. The areas of quality assurance by the Government will include:
a. Dimensions: confirm the as-built hull dimensions, spud length and weight, ladder length and weight, transportation dimensions (including height) and air draft dimensions (with and with/out spuds).
b. Hull & House Tightness: All manholes, hatches, house structure, windows and doors shall be tested with hose water spray for weathertight integrity.
c. Paint System: verify the interior and exterior of the hull, and all other components are coated in accordance with the contract requirements.
d. Equipment Installation: verify all equipment is properly installed
24. Testing
The following tests shall take place at the contractor's facility:
a. Main Engine: in the presence of an authorized manufacturer's representative, demonstrate the following:
• Cold starting (minimum 4 times)
• Starting and stopping
• Operation of all emergency stops. Resetting at the local engine panel.
• All engine controls and instrumentation.
• Operation of all engine alarms from all control panels. Ensure the proper operation of all alarm test circuits for each main engine.
b. Hydraulic System: in the presence of an authorized manufacturer's representative, demonstrate the full operation of the hydraulic system, including the function of the equipment attached to the system (swing winches, spud winches/hoist cylinders, cutterhead, etc.) and all monitoring and alarm components. Confirm the system is filled with US EPA EAL fluid. Check the system for leaks.
c. Dredge Pump: confirm the proper installation and alignment of the dredge pump.
d. Cutterhead: confirm the operation and rotational speed of the cutterhead. Confirm the teeth are removable.
e. Spuds: confirm the as-built weight is stenciled on the spud. Confirm the as-built spud length. Confirm the spuds can travel their full range.
f. Spuds Winches/Hoist Cylinders: demonstrate the raising and lowering of each spud. Demonstrate all controls and monitoring gauges for the spud winches/hoists.
g. Swing Winches & Anchors: confirm 200 feet of wire rope is provided on each winch. Demonstrate the ability of the swing winches to haul in and payout wire rope. Confirm the anchors are provided.
h. Fuel System: the contractor shall provide all of the fuel necessary to conduct the tests at the contractor's facility. Demonstrate the ability of the fuel system to supply and return fuel from the main diesel engine. Demonstrate the duplex filter cleaning operations.
i. Bilge System: demonstrate the all bilge alarm. Demonstrate the ability of the bilge pump to evacuate water from the engine room.
j. Demonstrate passing 4 inch hose with intake strainer through the manholes in all other compartments.
k. Demonstrate the service water system to provide adequate water to all service points.
l. Doors: demonstrate all doors open and close freely. Demonstrate the locks on all doors.
m. Jib Crane/Davit: Confirm the jib crane/davit is properly installed, marked and fully functional.
n. Handrails: Confirm the handrail system is installed properly. Demonstrate the removable/collapsible feature of the handrail system.
o. Safety Equipment: confirm all safety equipment is properly installed and marked.
p. Control/Level House: demonstrate the operation of all controls and gauges. Confirm the heater, air conditioner, and lights.
q. Demonstrate operation of the GPS indicating system, and of the VHF radio.
r. Electrical: verify the operation of the main engine starting batteries and battery chargers before and after starting the main engines. Demonstrate the operation of all circuit breakers in the DC distribution panels. Confirm the system is properly grounded.
All fuel and fluids required for testing shall be provided by the contractor.
25. Transportation & Reassembly
Following testing at the contractor's facility, the dredge shall be prepped by the contractor for international transportation. The Government will arrange for over-the-road transportation from the contractor's facility to the US port of embarkation. The contractor shall store the dredge, all components, and all optional line items (if awarded) at their facility for up to sixty days while the Government transportation is arranged and executed. The Government will then transport the dredge and all components via sea and land to the final in Azerbaijan.
Transport packaging and protection shall anticipate over the road delivery of around 200 miles, on rough dirt, or minimally improved roads.
For transportation, the dredge shall have the ladder removed, packaged to prevent damage and shipped as an individual component. The hull of the dredge and remaining components will be shipped as one item. Spuds shall be fixed to the deck of the dredge for delivery. The overall height of the dredge or any other component for shipment shall not exceed 11 feet.
All equipment and outfitting shall be packaged and secured for international sea and land travel as described above, by the contractor. Any equipment or components that are shipped loose shall be properly packaged for international sea and land travel as described above.
The Government and contractor will inspect all items prior to and following shipment to ensure the components and equipment are delivery in a new condition.
For all option items awarded, the deliverables shall be packaged and prepared for shipment in accordance with this section. The Government will transport all optional deliverable items as well.
The final destination and assembly site is:
Coast Guard Cutter Division of State Border Service Astara Region
Kaladahna Village
H.Aliyev Street
Latitude 38°31'08.7"N Longitude 48°52'40.5"E
At the final assembly location, crane services will be provided to support final reassembly and launching of the dredge. The location site is secure, will have adequate storage and staging space, and with access to the waterfront.
The contractor shall provide all of the personnel (with the exception of the crane operator) and tools required to reassemble the dredge, launch and final testing. The Government will coordinate with the contractor on the exact date(s) for the reassembly.
The Government will take temporary ownership and responsibility for the dredge and components during shipment. This will include the loading at the contractor's facility, land and sea transportation, and the unloading at the final destination site. The Government will be responsible for any damage that occurs during the transportation process.
The Government will perform a joint inspection with the contractor prior to packaging the dredge and components to document the condition found. During the loading for transportation, the contractor shall have a representative available to monitor the handling and loading. The Government will also have a representative onsite during the loading and will coordinate and document any issues with contractor.
During the off-loading of the dredge and components at the final destination site, the Government and contractor will monitor the process and perform a joint full inspection to document the condition found after unloading.
26. Final Testing
Following reassembly of the barge, the Government will confirm the dredge has not been damaged, is successfully reassembled, and the following tests from Part 24 shall be demonstrated again:
a. Main Engine: demonstrate the following:
• Cold starting (minimum 4 times)
• Starting and stopping
• Operation of all emergency stops. Resetting at the local engine panel.
• All engine controls and instrumentation.
• Operation of all engine alarms from all control panels. Ensure the proper operation of all alarm test circuits for each main engine.
b. Hydraulic System: demonstrate the full operation of the hydraulic system, including the function of the equipment attached to the system (swing winches, spud winches/hoist cylinders, cutterhead, etc.) and all monitoring and alarm components. Confirm the system is filled with US EPA EAL fluid. Check the system for leaks.
c. Dredge Pump: confirm the proper installation and alignment of the dredge pump.
d. Cutterhead: confirm the operation and rotational speed of the cutterhead.
e. Spuds Winches/Hoist Cylinders: demonstrate the raising and lowering of each spud. Demonstrate all controls and monitoring gauges for the spud winches/hoists.
f. Swing Winches & Anchors: Demonstrate the ability of the swing winches to haul in and payout wire rope.
g. Fuel System: the contractor shall provide all of the fuel necessary to conduct the tests at the contractor's facility. Demonstrate the ability of the fuel system to supply and return fuel from the main diesel engine. Demonstrate the duplex filter cleaning operations.
h. Bilge System: demonstrate the all bilge alarm. Demonstrate the ability of the bilge pump to evacuate water from the engine room.
i. Demonstrate the service water system to provide adequate water to all service points.
j. Doors: demonstrate all doors open and close freely. Demonstrate the locks on all doors.
k. Jib Crane/Davit: Confirm the jib crane/davit is properly installed, marked and fully functional.
l. Handrails: Confirm the handrail system is installed properly. Demonstrate the removable/collapsible feature of the handrail system.
m. Safety Equipment: confirm all safety equipment is properly installed and marked.
n. Control/Level House: demonstrate the operation of all controls and gauges. Confirm the heater, air conditioner, and lights.
o. Demonstrate operation of the GPS indicating system, and of the VHF radio.
p. Electrical: verify the operation of the main engine starting batteries and battery chargers before and after starting the main engines. Demonstrate the operation of all circuit breakers in the DC distribution panels. Confirm the system is properly grounded.
Following successful reassembly tests, the contractor shall launch the vessel and perform sea trails. The sea trials shall include:
a. Following the launch, with the dredge in a lightship condition, a deadweight survey shall be conducted by the contractor to obtain the vessel's lightship characteristics. The survey shall be conducted in accordance with the applicable sections of ASTM F1321-14. The results of the deadweight survey shall be used to confirm the vessel stability.
b. Demonstrate the free fall ability of each spud.
c. Confirm the ability of the dredge pump to take suction (water only) and discharge. Check the system for leaks. Demonstrate all controls and monitoring gauges for the dredge pump. Demonstrate the function of the flow meter.
d. Verify the dredge pump performance, pumping water, with a discharge orifice installed at the dredge discharge flange.
e. Set the anchors and demonstrate the ability the ability of the dredge to "swing in the cut".
f. With the dredge fully operational, the contractor shall demonstrate the dredging capability of the dredge, making cuts as close to the maximum dredging depth as possible, using the swing winches, and discharging the material into the waterway.
g. If floating pipe options are awarded, the contractor shall assemble approximately 200 feet of pipe and connect it to the dredge. Dredging and pump test shall be performed to demonstrate the system is fully functional.
All fuel and fluids required for testing shall be provided by the contractor.
An assist vessel/tender will be available during the launch and testing to support operations.
27. Warranty
The dredge and all equipment installed and components shall be provided with a standard commercial warranty by the contractor to be administered by the Government for a period of one (1) year after reactivation and final testing of the dredge in Azerbaijan.
28. Phase I Deliverables
In order to confirm the dredge is in accordance with these specifications, the contractor shall submit the following to the Government during Phase I for review and approval:
• Phase Schedule
• Contractor's safety plan
• General Arrangement and Control/Level House Plans. The plan shall show the dredge ladder in the raised and lowered positions, along with the dredge cut width.
• Machinery and equipment bill of materials
• Transportation Arrangements and Details
• Hull structure scantling plans with weld details. Provide ABS structural calculations if available. The Government will perform an independent 3rd party review of the structural design in accordance with the ABS River Rules.
• Weight and Center of Gravity Estimate, and Stability Calculations (intact and damage). The Government will perform an independent 3rd party review of the stability characteristics to confirm the dredge is safe for the intended operational route and satisfies the contract requirements.
• Lifting and Rigging Plans for the dredge, ladder and spuds
• Main Engine and Dredge Pump Curve characteristics
• Winch and Hoist Arrangements (swing, spud and ladder). Plans shall include details on the winch line pull and speed, wire rope size, type and capacity, and anchor details.
• Schematics for the hydraulic, fuel, bilge and service water systems.
• Electrical one-line diagrams
• Paint Schedule
• Contractor support requirements (load handling equipment) to assist with the assembly and reactivation at the final location site in Azerbaijan.
29. Phase II Deliverables
The contractor shall submit the following to the Government during Phase II for review and approval:
• Test Plan
• Deadweight Report
• As-Built Stability Reports
• Test Reports
• Wire Rope Certifications - "Certificate of Examination and Test of Wire Rope Before Being Taken Into Use" (U.S. Department of Labor - Occupational Safety and Health Administration Form No. 5) for each continuous run of rope installed on the winches. The certification shall be performed to the requirements of 29 CFR, part 1919 and be in accordance with the requirements of 29 CFR 1918.
• Operations & Maintenance Manual - two (2) printed sets of manuals in English that describe the full operation of all features, systems and equipment on the dredge. The manuals shall also detail the frequency and specifications for maintaining and lubricating the equipment. An electronic copy of the manual set shall also be provided to the Government.
• As-Built Drawings - two (2) printed sets of as-built drawings with a complete bill of materials. Electronic copies of the drawings shall also be provided to the Government.
• Part Lists - two (2) printed copies of the parts lists available from the contractor. An electronic copy of the list shall also be provided to the Government.
30. Phase III Activation
Following the successful completion of assembly, testing, dis-assembly (all Phase II), the US Government will coordinate the shipment of all dredge components to Azerbaijan. During this time, the contract will be placed in a temporary hold period until all dredge components arrive in Azerbaijan and are ready for re-assembly and reactivation. Once all dredge component shipments are at the final destination, the COR will issue a Notice to Proceed to active Phase III.
31. Optional Line Items
The decision by the Contracting Officer to award optional line item(s) will be made at the time of the base contract award. The award of optional line item(s) will not extend the period of performance for any phase of the contract. All awarded optional line item(s) that require physical delivery shall be prepped and ready for shipment by the Government at the time the dredge testing at the contractor's facility concludes.
A. Training (CLIN0002)
If awarded, following successful testing of the dredge, the contractor shall provide onsite training for up to twenty students for re-activation and familiarization training. The training shall be for a period of ten (10) working days. The contractor is expected to conduct the training in English, using an interpreter provided by Azerbaijan.
B. Train the Trainer (CLIN0003)
If awarded, the contractor shall provide Train the Trainer training for up to four students. This training is intended to prepare the individuals from Azerbaijan to become subject matter experts on the dredge and operations, and provide them with the tools to successfully train crews and operators. This training shall include observation of the "new trainers" conducting live training, and providing them with feedback and subject matter expert support. The duration of the Train the Trainer session is at the discretion of the contractor.
C. Floating Discharge Pipe (CLIN0004 to CLIN0008)
CLIN0004: If awarded, the contractor shall provide a total of 1000 feet of High-Density Polyethylene Pipe (HDPE) dredge pipe. The dredge pipe size shall match the discharge end pipe of the dredge. The maximum length per section shall be no more than 50 feet. Couplings or flanges shall be provided for each section along with the required hardware for connection. The pipe shall be able to be attached to the dredge discharge pipe. An adequate number of removable pipe floats shall be provided to maintain the buoyancy of the pipe while fully loaded with dredge material.
CLIN0005: If awarded, the contractor shall provide a total of 1000 feet of High-Density Polyethylene Pipe (HDPE) dredge pipe. The dredge pipe size shall match the discharge end pipe of the dredge. The maximum length per section shall be no more than 50 feet. Couplings or flanges shall be provided for each section along with the required hardware for connection. The pipe shall be able to be attached to the dredge discharge pipe. An adequate number of removable pipe floats shall be provided to maintain the buoyancy of the pipe while fully loaded with dredge material.
CLIN0006: If awarded, the contractor shall provide a total of 1000 feet of High-Density Polyethylene Pipe (HDPE) dredge pipe. The dredge pipe size shall match the discharge end pipe of the dredge. The maximum length per section shall be no more than 50 feet. Couplings or flanges shall be provided for each section along with the required hardware for connection. The pipe shall be able to be attached to the dredge discharge pipe. An adequate number of removable pipe floats shall be provided to maintain the buoyancy of the pipe while fully loaded with dredge material.
CLIN0007: If awarded, the contractor shall provide a total of 1000 feet of High-Density Polyethylene Pipe (HDPE) dredge pipe. The dredge pipe size shall match the discharge end pipe of the dredge. The maximum length per section shall be no more than 50 feet. Couplings or flanges shall be provided for each section along with the required hardware for connection. The pipe shall be able to be attached to the dredge discharge pipe. An adequate number of removable pipe floats shall be provided to maintain the buoyancy of the pipe while fully loaded with dredge material.
CLIN0008: If awarded, the contractor shall provide a total of 500 feet of High-Density Polyethylene Pipe (HDPE) dredge pipe. The dredge pipe size shall match the discharge end pipe of the dredge. The maximum length per section shall be no more than 50 feet. Couplings or flanges shall be provided for each section along with the required hardware for connection. The pipe shall be able to be attached to the dredge discharge pipe. An adequate number of removable pipe floats shall be provided to maintain the buoyancy of the pipe while fully loaded with dredge material.
D. Consumable Spare Parts (CLIN009)
CLIN0015: If awarded, the contractor shall provide a full set of consumable spare parts and filters to include:
• Three (3) complete sets of replacement cutterhead teeth.
• Six (6) sets of fuel filters
• Six (6) sets of engine lube oil filters
• Six (6) sets of engine air filters
• Six (6) sets of hydraulic filters
• Six (6) sets of air conditioner filters
• One (1) Engine air conditioning compressor.
• Two (2) Dredge Pump Input Shaft resilient couplings.
• Two (2) dredge pump cases
• Three (3) dredge pump impellers
• Three (3)dredge pump suction liners
• Three (3)dredge pump back door liners
• Four (4) dredge pump shaft seals with packing
• Four (4) dredge pump gasket cover
• Two (2) dredge pump shaft sleeve
• Two (2) service water pump impellers and shafts.
• Two (2) service water pump shaft seals.
• Two (2) sets of belts for all engine power takeoff equipment
• One (1) set of bulbs for all lights
• One (1) dredge tool package
E. Equipment Spare Parts (CLIN0010)
CLIN0016: If awarded, the contractor shall provide the following spare parts and equipment
• Two (2) complete cutterhead assemblies with bearings
• One (1) cutter drive motor
• One (1) swing winch
• One (1) spud winch or hoist cylinder
• One (1) ladder winch or hydraulic cylinder
• One (1) dredge pump
• One (1) hydraulic system pump (one of each if multiple pumps are used)
• One (1) service water pump
• One (1) engine starter
• One (1) alternator
• Two (2) engine turbochargers
• One (1) battery charger
• One (1) swing anchor
Contract Clauses:
FAR 52.212-1 - Instructions to Offerors
Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov
This solicitation is issued as a request for quote using FAR Parts 12 Commercial Items and 13 Simplified Acquisition Procedures.
Firms interested in this opportunity should submit a quote with the following information: Delivery Date, unit prices for each CLIN, total price, product specifications, warranty terms, etc. Contractors are instructed to price each CLIN individually.
All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it will be considered non-responsive. Only acceptable quotes will be evaluated. Suppliers should annotate within their quote specifications relating to the items quoted. Insufficient information may lead to a quote being considered non-responsive.
FAR 52.212-2 - Evaluation - Commercial Items: All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it's considered non-responsive. Only acceptable quotes will be evaluated.
This requirement will be awarded to the Lowest Price offer that is found to be acceptable. The following are the evaluation criteria:
1. PRICE
a. Quoted total price for the dredge. Total price includes all direct and indirect costs associated with supplying the dredge per the solicitation requirements. The offeror shall provide pricing for all CLINs 0001 through CLIN 0010 in the quotation. The Contract Specialist will review the quote. Price will be evaluated for fairness and reasonableness.
The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
2. TECHNICAL CAPABILITY
a. For Technical Capability Evaluations, contractors shall demonstrate a clear understanding of the requirements presented in this specification. The contractor shall identify a minimum of three projects (greater than or equal to $450,000) completed within the last 5 years where the contractor successfully provided a cutter suction head dredge meeting the following requirements:
For each project, the offeror shall provide an overview listing that includes:
• Project description
o Include hull length & width
o Description of dredging pump on vessel
o Ladder length & dredging depth
• Client or Government Agency
• Project Cost
• Verified ABS approval if included
• Customer POC (Name, phone number, & email)
NOTE: Failure to submit proof of a minimum of three (3) projects may result in a vendor being found nonresponsive.
The Government will evaluate the Technical Quotation using the following adjectival rating.
Adjectival Description
Acceptable:
Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable:
Proposal does not clearly meet the minimum requirements of the solicitation.
3. PAST PERFORMANCE:
Each offeror shall provide the following past performance submittals as part of his quotation. Past performance pertains to how well an offeror has performed relevant past work that is an indicator of future performance. Past performance is not the same as technical capability as outlined above. Technical Capability information pertains to what types of work an offeror has performed. Past performance pertains to how well an offeror has performed.
There are two aspects to the past performance evaluation. The first is to evaluate whether the vendor's past performance is relevant or not relevant to the effort to be acquired by this solicitation. For the purpose of this evaluation, relevancy of the projects will be evaluated based on their similarity to the technical work required by this solicitation, the magnitude of the project, as well as the organizational and specialized technical experience required to deliver the system.
The second part is to determine how well the contractor performed on the contracts. The Government will consider the currency and relevance of the information, source of the information, context of the data, and the general trends in the contractor's performance.
The offeror shall identify a minimum of three projects completed within the last 5 years where the offeror provided a cutter head suction dredge similar to the requirements laid out in this specification. The offeror shall provide a customer point of contact for verification purposes.
For each project, the offeror shall provide an overview listing:
• Project description
• Client or Government Agency
• Relevance to this solicitation
In lieu of the submitting the above, contractors may provide completed questionnaires from the Construction Contractor Appraisal Support System (CCASS) or from the Contractor Performance Assessment Reporting System (CPARS) on a "one for one" basis. In other words, one (1) completed CCASS or CPARS questionnaire shall satisfy the requirement for the above overview.
In addition, the offeror shall identify any projects that were terminated for default in the last 5 years.
Past Performance will be evaluated in accordance with in DFARS 213.106-2(b)(i)(B)&(C). Past Performance history will be evaluated for each supplier's past performance history in CPARS for the FSC and PSC of the supplies being purchased. In order to be eligible for award, the Offeror's past performance shall demonstrate that a rating of "Unsatisfactory" has not been received in CPARS.
(End of Clause)
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quote.
FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition
FAR 52.212-5 (DEV Nov 2017) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
FAR 52.252-1 - Solicitation Provisions Incorporated By Reference - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address:
http://farsite.hill.af.mil/
The following additional provisions or clauses are specific to this particular requirement:
FAR 52.204-7 - System for Award Management
52.217-4 -- Evaluation of Options Exercised at Time of Contract Award
52.217-5 -- Evaluation of Options
FAR 52.252-5 - Authorized Deviations in Provisions
FAR 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management
FAR 52.228-16 - Performance and Payments Bonds -- Other Than Construction
(a) Definitions. As used in this clause -
"Original contract price" means the award price of the contract or, for requirements contracts, the price payable for the estimated quantity; or for indefinite-quantity contracts, the price payable for the specified minimum quantity. Original contract price does not include the price of any options, except those options exercised at the time of contract award.
(b) The Contractor shall furnish a performance bond (Standard Form 1418) for the protection of the Government in an amount equal to 100% percent of the original contract price and a payment bond (Standard Form 1416) in an amount equal to100% percent of the original contract price.
(c) The Contractor shall furnish all executed bonds, including any necessary reinsurance agreements, to the Contracting Officer, within 10 days, but in any event, before starting work.
(d) The Government may require additional performance and payment bond protection if the contract price is increased. The Government may secure additional protection by directing the Contractor to increase the penal amount of the existing bonds or to obtain additional bonds.
(e) The bonds shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Treasury Circular 570 is published in the Federal Register, or may be obtained from the:
U.S. Department of Treasury
Financial Management Service
Surety Bond Branch
3700 East West Highway, Room 6F01
Hyattsville, MD 20782
Or via the internet at http://www.fms.treas.gov/c570/ .
(End of Clause)
- Opportunity closing date
- 17 September 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army USACE District, Philadelphia United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.