The RFP Database
New business relationships start here

Tug to Replace Performance


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Saint Lawrence Seaway Development Corporation (SLSDC) plans to solicit proposals to construct a tugboat designed to provide ice clearing/ice-management services on the St. Lawrence Seaway, handle aids to navigation (buoys), and assist in pushing/maneuvering the SLSDC's two (buoy and gate lifter) barges.

The tug shall be 60 feet long with a 28 foot beam and a design navigational draft of approximately 10 feet. The tug shall have a tonnage certificate indicating the tug admeasures less than 100 domestic gross tons. The tug shall be powered by twin fixed pitch Z-drive propulsion units, each driven by a high-speed diesel engine. The tug shall be equipped with a foldable, telescopic deck crane for ease of handling aids to navigation on the aft working deck. The tug is designed for operation with an unmanned machinery space with a minimum crew; however comfortable accommodations shall be included for a crew of up to 4 people. The tug has been designed to minimize noise and vibration to include such measures as resilient mountings for the main and auxiliary engines, and the isolation for all exhaust system components. The new tug will not be classified by the American Bureau of Shipping (ABS).


The construction of the tug shall be completed under a single firm, fixed price contract which shall be awarded prior to December 31, 2019. Work includes conducting all necessary production level engineering, acquiring all materials and components for construction of the tug, and providing labor, materials, tools, equipment, and services necessary to complete and deliver the tug and associated deliverables. Delivery of the tug is anticipated in Spring/Summer 2021, or earlier to the SLSDC Maintenance/Marine Facility located at 251 Fregoe Road, Massena, NY.


The RFP package will be uploaded on the FBO website on or about October 4, 2019 with a response date of on or about November 13, 2019. Proposal evaluations will be conducted by SLSDC and take into account all line item pricing and non-cost factors to determine the best value to the SLSDC using lowest price, technically acceptable procedures. All responsible sources may submit an offer which shall be considered by the SLSDC.

This is a total small business set aside procurement. Applicable NAICS code is 336611 with a size standard of 1,250 employees. Prospective offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award. It is the offeror's responsibility to monitor the FBO website for any updates to this project.


 


Patricia L. White, Contracting Officer, Phone (315) 764-3236, Fax (315) 764-3268, Email patricia.white@dot.gov - Jason C. Brockway, Contract Specialist, Phone 3157643252, Email jason.brockway@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP