The U.S. Army Corps of Engineers (USACE), Seattle District, issued a Sources Sought Announcement (W912DW26X1B1G) for informational and market research purposes, not a request for proposals. The announcement seeks to identify qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractors under NAICS code 238990 (All Other Specialty Trade Contractors) with a $19M size standard. The purpose is to find contractors for backup crane vessel services for the M/V PUGET, including scheduled equipment removal/installation at Hiram M. Chittenden Locks, on-call debris collection in Puget Sound, and emergency response services. The government anticipates a Firm-Fixed-Price (FFP) contract and requires environmentally responsible practices. Interested firms must submit capability statements by January 15, 2026, including past performance, equipment, bonding capacity, business size, environmental compliance experience, firm details, CAGE/UEI, interest in bidding, business classification, and joint venture information. All firms must be registered in SAM.gov.
The U.S. Army Corps of Engineers, Seattle District, seeks a contractor for back-up crane vessel services in Puget Sound and its tributary waters. This non-personnel services contract, with a one-year base period and two option years (February 2026 – January 2029), requires a self-propelled floating crane vessel and crew. The vessel must have a maximum draft of seven feet, a 30-foot beam, 60-ton deck capacity, and a crane with a minimum 20-ton capacity after deductions, adhering to EM 385-1-1. Services include scheduled lock equipment removal/installation, on-call debris collection (requiring 30 days' notice), and emergency response (within four hours). The contractor is responsible for all personnel, equipment, and licenses, including a qualified Captain/Master, Crane Operator, and trained Deckhands/Riggers. The government will provide mooring, docking areas, and debris barges at the Hiram M. Chittenden Locks for offloading collected debris. Security measures, including AT Level I training and NCIC-III/TSDB vetting, are mandatory for all personnel. The contractor must implement a quality control program, while the government will perform quality assurance. Environmental and safety regulations, including EM 385-1-1, are critical.