SOLICITATION NOTICE
19 -- Inland River Towboat - New or Used
- Notice Date
- 7/24/2025 9:49:38 AM
- Notice Type
- Presolicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
- ZIP Code
- 55101-1323
- Solicitation Number
- W912ES25QA035
- Archive Date
- 08/15/2025
- Point of Contact
- John Riederer, Phone: 6512905614
- E-Mail Address
-
John.P.Riederer@usace.army.mil
(John.P.Riederer@usace.army.mil)
- Description
- This is a PRE-SOLICITATION NOTICE. This is NOT a Request for Quotes (RFQ), Request for Proposals (RFP), or Invitation for Bids (IFB). This is a pre-solicitation notice indicating that a solicitation the award of one firm-fixed price contract is to be issued via SAM.gov in the near future. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The definitive RFQ due date and time will be stated in the solicitation and any associated amendments that may be issued. No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be fully registered in SAM prior to receiving an award, to include a current FAR & DFARS Representations & Certifications Report. Registration instructions may be obtained, and online registration may be accomplished, at www.sam.gov. The U.S. Army Corps of Engineers � St. Paul District will be issuing a request for quotes (RFQ) solicitation for the acquisition of one new or used inland river tow boat. Tugboats will not be accepted. The towboat will be used primarily on the Upper Mississippi River for transporting heavy barges and floating plants to work sites and positioning floating plant in and around navigation structures requiring repair. Requirements Requirements for the vessel include (but are not limited to): Description Minimum Maximum Length: 65 Ft. 130Ft. Beam: To Suit Stability Air Draft NTE - 45 Ft. Eye Level: 15 Ft. 38 Ft. Horsepower: 1,200 BHP 3,000 BHP Year Constructed: 2010 Present (new) Steering Rudders: 2 > Flanking Rudders: 4 > **Z Drive propulsion systems would be acceptable Maximum Draft: 8� 6� Fuel Capacity: 9,000 Gals 40,000 Gals Potable Water 1,600 Gals 11,000 Gals Staterooms/Berthing: 4 > Head: 1 > Shower: 1 > Galley/Mess Area: 1 N/A The vessel structure will be fabricated from ABS Grade-A mild steel Vessel shall be fitted with prop, rudder guards and line cutters. The vessel will be provided with all communication and navigation equipment as required by USCG and 33 CFR 164.01(b) and 33 CFR164.072. At a Minimum the vessel should have two operational barge winches with a minimum rated capacity of 40 tons ea. The propulsion engines will consist of matched marine diesel engines. Engines will meet EPA emissions standards at the time of vessel construction. Minimum HP acceptable is 600 hp/engine. Electrical power shall be supplied by a pair of matching redundant diesel generators. Generators shall each be rated at a minimum of 76kW. A main switchboard will contain all the generator control equipment and distribution breakers. A weatherproof shore power receptacle (480-volt, 3-phase) will be provided for a reverse service option. Evaluation Offers will be evaluated on Technical Factors, Past Performance and Price. The award decision will be based on the best value to the Government. The Government reserves the right not to award to the lowest priced offer. The Government intends to evaluate offers and determine a small competitive range. A vessel evaluation team will be sent to inspect and evaluate these vessels in person. The results of these evaluations will be used to make the final award decision. Offer Submission and Inquiries Offer inquiries will be accepted in writing via ProjNet (www.ProjNet.Org) using the Key included in the Addendum to Provision 52.212-1 (Instructions to Offerors) of the Solicitation. Quotes will only be accepted via the Procurement Integrated Enterprise Environment (PIEE). Instructions for registering for PIEE and submitting quotes via PIEE are included in the addendum to Provision 52.212-1.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8b3e7b80c5494a448043d6ff446b1112/view)
- Place of Performance
- Address: Fountain City, WI 54629, USA
- Zip Code: 54629
- Country: USA
- Zip Code: 54629
- Record
- SN07522987-F 20250726/250724230049 (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 |