Mat Sinking Unit Hot Water Replacement
ID: W912EE25QA007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST VICKSBURGVICKSBURG, MS, 39183-3435, USA

NAICS

Power Boiler and Heat Exchanger Manufacturing (332410)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is seeking qualified contractors for the replacement of a hot water boiler on Power Barge 5014. The procurement involves the removal of the existing boiler and the installation of a new 300 horsepower hot water boiler that complies with ASME boiler codes and includes necessary safety features. This project is critical for maintaining operational efficiency and safety standards on the barge, with a completion deadline set for July 31, 2025. Interested small businesses must submit their quotes electronically by April 30, 2025, and can direct inquiries to Afton Riles at Afton.Riles@usace.army.mil or by phone at 601-631-5813.

    Files
    Title
    Posted
    The file outlines a solicitation for a Women-Owned Small Business to procure a replacement hot water boiler for the U.S. Army Corps of Engineers (USACE) Mat Sinking Unit on Power Barge 5014. The contractor is responsible for the removal of the existing boiler and the installation of a new, unused 300 horsepower hot water boiler, which must comply with ASME boiler codes and include necessary safety features. The contractor is required to ensure the removal and installation runs smoothly, complete training for USACE staff, and adhere to stipulated security protocols for entering government facilities. The project also emphasizes the importance of employing veteran personnel and maintaining compliance with federal regulations, including regulations concerning subcontracting and employment eligibility verification. The contractor must finalize installation by July 31, 2025, with specific delivery requirements and invoice submission guidelines highlighted. Additionally, provisions regarding payment methods, tax compliance for foreign contractors, and contractor responsibilities are emphasized throughout the document, aligning with federal RFP standards and requirements for contracts involving public funds. Overall, the document serves as an essential guide for prospective bidders on the expectations and conditions for the contract.
    The document outlines amendments related to a solicitation for the replacement of a hot water boiler on Power Barge 5014 for the U.S. Army Corps of Engineers (USACE) Mat Sinking Unit. Key changes include an extended proposal due date, revised scope of work, and additional technical requirements. Contractors must possess a valid Mechanical Contractor's license to qualify. The contractor is responsible for the removal of the existing boiler and installation of a new one meeting stringent specifications. Testing and functionality of the new boiler must be completed by July 31, 2025. Specific invoicing and payment requirements are detailed, including compliance with security protocols for contract personnel at federal installations. Additionally, the document emphasizes the importance of veteran employment in contract performance and outlines limitations on subcontracting. All bids must be submitted with sufficient documentation to prove technical acceptability, with the lowest priced qualifying offer awarded the contract. This summary encapsulates the solicitation amendment process, the importance of compliance, and the contractor's responsibilities for a complex government project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    Inland River Towboat
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a power range of 1,200 to 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including a head, shower, and galley area. This procurement is crucial for maintaining operational efficiency on the river, and the contract will be awarded based on the Best Value approach. Interested vendors must submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of a boiler in Building 290 at the Jefferson Barracks Air National Guard Station in Saint Louis, Missouri. The project involves the installation of a new high-efficiency condensing boiler, along with associated piping, valves, a water treatment system, boiler controls, and a new pump and motor, emphasizing energy efficiency and compliance with applicable codes. This contract, which is set aside for small businesses, has a budget of $60,000 and a completion timeline of 60 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Stratton ANGB - Building 25 Boiler Replacement
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting quotes for the replacement of the boiler in Building 25 at Stratton Air National Guard Base in Scotia, New York. The project involves the removal of the existing faulty Buderus G334X-73 boiler and the installation of a new natural gas boiler that meets specific efficiency and performance requirements, along with associated components such as an expansion tank and circulator pumps. This opportunity is a total small business set-aside under NAICS code 238220, with a project magnitude of less than $25,000, and quotes are due by December 23, 2025, at 10:00 AM local time. Interested contractors should submit their quotes via email, including a material submittal, and are encouraged to attend a site visit scheduled for December 17, 2025. For further inquiries, contact Joshua King at 518-344-2511 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
    Sectional Barge Sandblasting, Repairing, and Painting
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the sandblasting, inspection, repair, and repainting of a sectional barge located at the Lock and Dam in Troy, New York. The project requires the contractor to perform comprehensive work on 16 barge sections, adhering to industry standards such as SSPC SP5 for sandblasting and specific guidelines for welding repairs and leak testing. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures within government projects. Proposals are due by January 5, 2026, and interested parties should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.
    Spud Barge CE 869 Dry Dock
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, is seeking quotes for the dry docking and repair of the Spud Barge CE 869, under a total small business set-aside contract. The project entails extensive repairs including hull plating renewal, structural framing, and modifications to spud wells, along with compliance to strict quality control and safety protocols. This contract is critical for maintaining marine equipment essential for national defense and emergency preparedness, with a target dry dock entry date of March 23, 2026, and completion required within 60 calendar days of vessel delivery. Interested contractors must submit their quotes by January 5, 2026, and can contact Taylor H. Brandon or Karen D. Hargrave for further information.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    HEATER, FUEL CUBE AND DUCTING RENTAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the rental of a flameless diesel heater, a fuel cell, and associated ducting for use during painting operations on a 49ft Coast Guard Busl. The procurement includes an eight-week rental period for a 400k-750k BTU heater, a 250-gallon fuel cell with a pump, and two high-temperature ducts, with the rental period scheduled between December 22, 2025, and February 13, 2026, as determined by the Yard Point of Contact. This equipment is crucial for maintaining optimal working conditions during enclosed project operations, ensuring safety and efficiency. Interested vendors must submit their quotes via email to Shellby Hammond by December 17, 2025, at 12:00 PM (Eastern), referencing solicitation number 2126406Y61B5586003, and must comply with all relevant FAR clauses and requirements outlined in the solicitation.
    HEATING ELEMENT, ELEC AND CONTROL, TEMPERATURE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, is seeking vendors to supply heating elements and temperature controls for their 400-foot WAGB Polar Icebreakers. The procurement includes 15 electric heating elements (part number TMO-3125E3) and 6 temperature controls (part number 3101-11000), with strict adherence to preservation and packaging standards outlined in MIL-STD-2073-1E and marking requirements per MIL-STD-129R. These components are critical for the operation of the main diesel and ship service generator engines onboard the icebreakers. Interested vendors must submit their quotes by December 18, 2025, with delivery required by February 20, 2026. For inquiries, contact Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Alan Randolph at Alan.K.Randolph@uscg.mil.