W912EE
This Sources Sought Notice is being conducted by the U.S. Army Corps of Engineers, Vicksburg District strictly for market research to determine interest of potentially qualified small business firms, relative to the North American Industry Classification Code (NAICS) 332410, “Power Boiler and Heat Exchanger Manufacturing,” with small business size standard of 750 employees.
The Government desires to offer this requirement for competition under a small business set-aside, provided 2 or more qualified small businesses are identified that are determined to be capable of providing the required product(s). We encourage small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
The purpose of this Sources Sought Notice is to seek Capability Statements from interested small businesses concerns capable of providing the product detailed below, along with providing technical and physical assistance in the installation and commissioning process.
Responses to this Sources Sought from Large Businesses are not required at this time. THIS IS NOT A REQUEST FOR TECHNICAL OR COST/PRICE PROPOSALS. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the government to a contract for any supply or service. Further, the government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized at www.sam.gov. . It is the responsibility of potential offerors to monitor www.sam.gov. for additional information pertaining to this requirement.
Work Statement Scope of Work
The USACE Mat Sinking Unit requires a replacement hot water boiler on Power Barge 5014. The existing boiler is no longer usable for long term use and will be disposed of by the government. The contractor shall be responsible for the takedown/removal of the existing boiler from the barge (USACE will assist) and the delivery and installation of the new boiler and ancillary equipment as listed in the requirements. The USACE Mat Sinking Unit will be responsible for lifting the boiler and ancillary equipment using the Mat Sinking Unit’s forklift/crane and for setting the boiler/equipment into place where it will be installed by the contractor. USACE will be responsible for disposal of the existing boiler.
Requirements
- One (1) new, unused, 300 horsepower hot water boiler – Hurst 500 Series or equivalent
- Inspected and registered with the National Board of Boiler & Pressure Vessel Inspectors
- Designed, constructed, and stamped in accordance with ASME boiler codes
- 4-Pass Scotch Marine Hot Water Boiler with Wetback design/construction
- Heating surface of minimum 1500 square feet
- Minimum gross output – 11,000 MBH
- Feedwater connection size of 2”
- Two high pressure blowdown connections (1.5” size)
- Two low pressure blowdown connections (2” size)
- Shell inner diameter minimum 84”
- Overall dimensions (including trim) – maximum of 216” x 108” (18’ x 9’)
- Boiler attached with extra heavy-duty skids & supports
- Skid dimensions – maximum of 180” x 72” (15’ x 6’)
- Approximate weight – maximum 25,000 lbs. (12.5 tons)
- UL Listed burner
- Gas, oil, or combination forced draft burners
- Fully Automated Controls
- ASME code piping to second valve
- Wetback turnaround split tube sheets
- Flame sight port
- Fully trimmed with all safety controls and ASME code piping
- Hinged access doors
- Exhaust stack damper
- Operating and high limit temperature control
- Modulating temperature control
- Probe type low water cut-off control w/ manual reset
- Combination pressure & temperature gauge
- Hot water return baffle for shock resistance
- Safety relief valves per ASME code
- Stack thermometer
- 250-gallon minimum hot well system compatible with boiler
- 250-gallon minimum expansion tank compatible with boiler
- Contractor shall perform startup and testing of functionality of boiler
- Contractor shall provide basic orientation explaining function of the boiler to the Mat Sinking Unit crew members
Delivery and Period of Performance
The contractor is required to complete installation and testing of the boiler by no later than July 31, 2025. All aspects of the boiler shall be testing and fully functional as of July 31, 2025. The boiler shall be installed on Power Barge 5014, where startup/testing and orientation will occur.
North American Industrial Classification System (NAICS) Code applicable to this sources sought is 332410 “Power Boiler and Heat Exchanger Manufacturing. The Small Business Size Standard for this sources sought is 750 employees.
THIS NAICS CODE IS NOT INCLUDED ON THE SMALL BUSINESS ADMINISTRATION (SBA) NON-MANUFACTURER RULE CLASS WAIVER LIST THEREFORE FEDERAL ACQUISITION REGULATION (FAR) 52.219-33 NONMANUFACTURER RULE IS APPLICABLE. THEREFORE, A SMALL BUSINESS SHALL PROVIDE A PRODUCT OF WHICH IS MANUFACTURED BY A SMALL BUSINESS.
Interested companies responding to this sources sought should include the following information:
1. Company name, address, phone number, email, UEI number, CAGE Code, point of contact (POC) name, as well as business category (small businesses or other than small to include subsets).
2. Information describing the company’s capability to perform and past performance. Provide specific capabilities on relevant work the same or similar in size and complexity. Include contract number, contract description, dollar value and a customer point of contact, telephone number and email address. Identify whether your firm was a prime vendor or subcontractor.
3. Provide company business size based on NAICS code 332410. Also, provide business type ((i.e., Small Business or Other than Small) and all applicable socio-economic category information (Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.)).
4. Provide a Statement of Interest in the project.
5. A narrative statement demonstrating your firm’s capability and experience supplying and installing water boilers and associated equipment as described above. Your response should include the following information: details of similar contracts/projects (within the past 5 years) to include contract number, dates of service, project references (including owner with phone number and email address), size and scope of contract/project. Narratives should be no longer than THREE PAGES on an 8 ½ x 11" size paper and no less than 11point font.
It is requested that interested contractors submit a response (electronic submission) of no more than 5 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses to this notice are due NO LATER THAN 2:00 p.m., Central, 19 February 2025, via email to afton.riles@usace.army.mil and Dustin.G.Cannada@usace.army.mil. Phone calls will not be accepted.
Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.sam.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
Any future solicitation, including specifications and/or drawings, will be made available on the SAM.gov website (https://www.sam.gov/). Interested parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates/amendments.