James River Reserve Fleet (JRRF) , FB218 Drydock and Repair
ID: 6933A225Q000008Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6933A2 DOT MARITIME ADMINISTRATIONNORFOLK, VA, 23505, USA

NAICS

Ship Building and Repairing (336611)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:00 PM UTC
Description

The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking quotes from small businesses for the drydocking and repair of the FB218 Storage Barge, as outlined in solicitation number 6933A225Q000008. The procurement involves a firm-fixed price purchase order for comprehensive maintenance services, including structural repairs, hull cleaning, and painting, with a performance period set from June 5, 2025, to September 2, 2025. This opportunity is crucial for maintaining the operational readiness and safety of federal vessels, emphasizing the importance of compliance with federal acquisition regulations and industry standards. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to attend a site visit scheduled for March 26, 2025, to familiarize themselves with the project requirements. For further inquiries, potential bidders can contact William A. Wile at william.wile@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.

Point(s) of Contact
William A. Wile
(757) 322-5806
75732258575858
william.wile@dot.gov
Robert McDermott
robert.mcdermott@dot.gov
Files
Title
Posted
Apr 10, 2025, 1:05 PM UTC
This document is an amendment to solicitation number 6933A225Q000008 issued by the Maritime Administration for a contract modification. It outlines the necessity for bidders to acknowledge receipt of this amendment before the specified deadline to avoid rejection of their offers. The amendment provides responses to questions from bidders regarding available technical documentation for the FB-218, clarifying that such documentation is not accessible. Additionally, it establishes a period of performance for the contract from June 5, 2025, to September 2, 2025. The document also details protocols for acknowledging changes and modifications, reinforcing the required submissions from contractors to ensure compliance. Overall, this amendment aims to maintain transparency in the bidding process while addressing contractors' inquiries about the project’s specifications.
Apr 10, 2025, 1:05 PM UTC
This document is an amendment (0005) to a solicitation for a contract related to a maritime project in Norfolk, VA, managed by the Maritime Administration. The amendment provides responses to bidder inquiries concerning the specifications for the removal of bulwarks on the main deck, including their dimensions, steel grade, and existing conditions. It emphasizes the importance of acknowledging receipt of the amendment to avoid potential rejection of offers, detailing submission methods for acknowledgment. The contract's period of performance is identified as June 5, 2025, to September 2, 2025. The amendment notes that all other terms and conditions of the original solicitation remain in effect, underscoring the criticality of compliance with the amendment's requirements. This document is part of the federal process to ensure transparency and clarity in government procurement, particularly relevant for contractors involved in maritime operations.
Apr 10, 2025, 1:05 PM UTC
The document outlines Amendment 0001 to Solicitation No. 6933A225Q000008, issuing instructions related to the acknowledgment of the amendment and modifications to the contract or offer. It provides multiple methods for contractors to acknowledge receipt, emphasizing the importance of this acknowledgment to avoid potential rejection of offers. Notably, the amendment addresses a vendor's request for references, indicating that information not available will be discussed during a scheduled site visit. The period of performance for the associated contract is set from June 5, 2025, to August 4, 2025. The document emphasizes adherence to the Federal Acquisition Regulation (FAR) and notes that all existing terms remain in effect unless specifically altered. The structure consists of administrative sections detailing modifications, contractor acknowledgment, and the purpose behind the amendment, underscoring the importance of compliance in federal procurement processes.
Apr 10, 2025, 1:05 PM UTC
The document outlines an amendment to a solicitation for a federal contract identified as 6933A225Q000008, issued by the Maritime Administration in Norfolk, VA, with a performance period from June 5, 2025, to August 4, 2025. It emphasizes the importance of acknowledging receipt of the amendment by bidders, detailing acceptable methods for submission which include referencing the solicitation and amendment numbers in communications. The amendment updates the Statement of Work (SOW), specifically section 3.6 concerning repairs, providing estimated quantities of required materials, such as medium grade steel for underwater plates and main deck applications. The document serves to clarify terms and conditions, ensuring potential contractors understand the modifications and facilitate compliance with updated specifications necessary for the procurement process. Overall, the amendment reinforces the procedural requirements for offer evaluations while highlighting key technical needs for project execution.
Apr 10, 2025, 1:05 PM UTC
This document is an amendment (0003) to a solicitation associated with the Maritime Administration, specifically referencing the contract ID 6933A225Q000008. The amendment provides essential updates, including responses to questions from prospective contractors, the extension of the Period of Performance (PoP) to 90 days, and the introduction of a new clause TAR 1252.217-70 concerning guarantees. The updated PoP spans from June 5, 2025, to September 2, 2025. Offerors must acknowledge receipt of this amendment in order to avoid rejection of their proposals, using specific methods outlined within the document. The structure includes fields for administrative details such as contractor information, effective dates, and specific modifications made to the solicitation. This amendment is a standard procedure within government solicitations, ensuring transparency and clarity for potential bidders while maintaining compliance with federal acquisition regulations. It reflects the commitment to facilitate a competitive bidding process.
Apr 10, 2025, 1:05 PM UTC
The U.S. Department of Transportation (DOT) has outlined procedures for contractors to submit invoices via the Delphi eInvoicing web portal, which requires authentication through the GSA credentialing platform, Login.gov. Contractors must ensure they have internet access to register and create accounts. The registration involves verifying user identity via email and phone number before they can request access to the Delphi portal through their contracting office's point of contact (POC). Essential invoice components include contractor name and address, invoice date and number, contract number, details of supplies or services, payment terms, and contact information for payment-related inquiries. Contractors unable to utilize the Delphi portal may request waivers, with assistance available from Contracting Officers and Vendor Coordinators. Training resources are provided online, and contractors must keep their contact information updated in the system. This document serves as a guideline for contractors on proper invoicing procedures, facilitating compliance with federal regulations in the context of government contracts and grants.
Apr 10, 2025, 1:05 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) modifications associated with Executive Order 14173, which revokes previous equal employment opportunity mandates. Key areas addressed include updated definitions, procurement policies for sustainable products, and compliance requirements for contractors. The text specifies the integration of sustainable practices within federal contracting and outlines definitions for biobased and environment-friendly products. Sections indicate requirements for federal agencies to prioritize sustainable acquisition, and detail protocols for verifying compliance with federal standards. Amendments also emphasize the role of the Office of Management and Budget regarding paperwork reduction and information collection practices. Overall, the FAR deviation establishes a framework for promoting equitable and sustainable federal procurement practices while ensuring compliance with revised regulatory guidance and statutory requirements.
Apr 10, 2025, 1:05 PM UTC
The document outlines the specifications for steel bulwarks intended for construction or refurbishment of barges under federal and state contracts. Key specifications include a thickness of 1/4 inch and a height of 48 inches, designed to provide structural integrity and safety on the deck. The bulwarks consist of short gussets measuring 12 inches deep and 32 in total, alongside long gussets that are 24 inches deep, totaling 72. Furthermore, there is a specified measurement of 305 feet of metal to be used across the deck, accommodating the necessary gussets. The detailed dimensions and materials implied in this document suggest adherence to safety and durability standards in maritime construction as outlined in relevant Requests for Proposals (RFPs) or federal grants related to marine projects.
Apr 10, 2025, 1:05 PM UTC
The U.S. Department of Transportation, Maritime Administration (MARAD) is seeking quotes from small businesses for drydocking and repairs of the FB218 Storage Barge, outlined in solicitation number 6933A225Q000008. This procurement is 100% set aside for small businesses and adheres to federal acquisition regulations. A site visit is scheduled for March 26, 2025, to familiarize offerors with project requirements prior to the April 22, 2025, submission deadline. Contractors must complete the work within 60 days of vessel delivery to their facility located in the Hampton Roads area. Key requirements include adherence to provided specifications in the Statement of Work (SOW), submission of various technical documents, and proof of past experience on similar projects. The evaluation will consider technical acceptability, past performance, and quoted prices. MARAD intends to make the award based on the lowest price that meets technical standards, without conducting further discussions. Compliance with all applicable wage determinations and FAR clauses is mandatory. This solicitation aims to support small business participation in federal contracts while addressing essential maritime repair services.
Apr 10, 2025, 1:05 PM UTC
The document outlines responses to queries regarding specifications for a federal project involving drydocking and structural repairs of a vessel. Key topics addressed include the provision of drydocking facilities, the handling of hidden damage and structural repairs, necessary materials for deck hatch seals and rub-rails, and labor rates for potential growth work due to unforeseen issues. It clarifies definitions of General Requirements and Growth Work, emphasizing the process for submitting Condition Found Reports (CFRs) for unanticipated repairs. Notably, the document responds to concerns about the sufficiency of a 60-day performance period for bulwark removal, suggesting an extension to 90 days, and provides specific measurements for rubber fender removal. Additionally, it clarifies the contradiction in the item title regarding the area of painting work. Overall, the Q&A format assists in ensuring all stakeholders have a clear understanding of project expectations, materials, and timelines, critical for compliance with government contracting standards. This summary aids contractors in preparing accurate bids while adhering to federal guidelines for quality and reporting.
The document outlines the specifications for MIL-DTL-24441/19C Type III F159 Epoxy Polyamide Zinc Rich Primer, a high-performance coating designed for marine vessel application. This primer offers significant corrosion and chemical resistance, with features including excellent cathodic protection, flat gray-green finish, and compliance with military specifications. Key technical details include a mixing ratio of 1:4, a VOC content of under 340 g/L, and a theoretical coverage of up to 1034 sq ft per gallon at 1 mil dry film thickness. Guidelines for surface preparation emphasize the necessity of clean, dry conditions and adherence to specific SSPC standards for surface profiles. Application recommendations involve maintaining optimal temperature and humidity during the process, along with a thorough mixing procedure to ensure proper adhesion and film quality. The document stresses the importance of following safety precautions during application and cleanup, as well as the warranty conditions provided by Sherwin-Williams. This primer specification plays an essential role in fulfilling government contracts pertaining to protective coatings for marine structures, ensuring compliance with environmental and performance standards.
The document details the specifications and applications of SEAGUARD® 5000 HS EPOXY, a high-performance epoxy coating designed primarily for marine and industrial uses. It is suitable for corrosion protection in fuel tanks, brine tanks, and for underwater hull applications. The product complies with multiple industry standards including IMO and MIL specifications, indicating its suitability for both military and commercial vessels. Key features include its high solid content, excellent adhesion, and various color options. The application guidelines stress the importance of surface preparation, which includes thorough cleaning and adherence to specific SSPC and NACE standards. Additionally, the document outlines recommended mixing ratios, drying and curing times, alongside safety precautions during application. The primary audience appears to include governmental and military contracting officials, as well as companies involved in marine manufacturing and maintenance, emphasizing its importance in public sector procurement and compliance with regulatory standards for protective coatings. Overall, the document serves as a comprehensive technical guide aimed at ensuring proper usage and application of the coating product in strict adherence to industry requirements.
Apr 10, 2025, 1:05 PM UTC
The SEAGUARD® Ablative Antifouling Coating by Sherwin-Williams is designed for steel vessels operating in coastal and oceanic waters. This advanced coating is formulated with a polyamide polymer and cuprous oxide, ensuring a durable, bio-active surface throughout its lifespan. It is recommended for application by brush, roller, or spray, and is compliant with MIL-PRF-24647 standards. The product is available in red, black, and blue, with a minimum effective application thickness specified between 2.5 to 4.0 mils and coverage varying based on application method. Key technical specifications include a VOC content of less than 400 g/L, a drying schedule influenced by temperature, and shelf life of 36 months when unopened. Proper surface preparation is essential, requiring cleanliness and adherence to established standards like SSPC-SP10. The coating resists fouling, making it suitable for various maritime environments. In the context of government RFPs and grants, this product's technical capabilities and compliance with military standards suggest its potential role in contract bidding for marine coatings used by federal and state agencies to maintain fleet readiness and ecological compliance in marine operations.
Apr 10, 2025, 1:05 PM UTC
The Statement of Work outlines the requirements for drydocking and repairing the FB218 deck barge, owned by the Maritime Administration (MARAD). The contracted services include labor and materials for a 60-day drydocking process, encompassing various tasks such as mooring, fire protection, compressed air supply, and temporary lighting setup. The contractor must comply with regulations set by bodies like the U.S. Coast Guard and OSHA, ensuring all work meets shipbuilding standards. The repair scope includes plate renewal, structural repairs, ultrasonic testing, and extensive hull cleaning and painting, with specific guidelines for material standards and waste disposal. Additionally, the contractor is responsible for an orderly site and must maintain communication with MARAD's representative during the project. This comprehensive plan illustrates the government’s focus on maintaining and ensuring the seaworthiness of federal vessels, while adhering to safety and operational protocols throughout the repair process.
Apr 10, 2025, 1:05 PM UTC
The TAR 1252.217-70 Guarantee clause outlines the contractor's responsibilities regarding warranties for work and materials provided for government vessels. If defects arise within 60 days post-redelivery, the contractor must rectify them at their expense, unless the government opts for an alternative course of action. Any longer guarantees from the contractor or subcontractor will take precedence beyond the initial 60 days. For incomplete items noted at redelivery, the guarantee extends from their completion date. If repair is impractical by the contractor, the government may have the repairs done elsewhere, with costs deducted from the contract price. Additionally, any corrected defects are covered by a further 90-day guarantee period. The contractor's liability can be negotiated for unaddressed deficiencies, and failure to reach an agreement may lead to disputes. This clause is crucial in government contracts to ensure accountability and quality in service delivery, thus promoting optimal performance and safeguarding taxpayer interests.
Apr 10, 2025, 1:05 PM UTC
This document outlines a Request for Proposal (RFP) for various vessel maintenance services, primarily concerning dry-docking and structural repairs. The proposed services include tasks such as underwater plate evaluations, deck bulkhead removal, ultrasonic testing, and hull cleaning and painting, detailing the quantities and units associated with each task, though no costs or estimated labor hours are provided. Each line item, such as hull zink replacements and deck hatch gaskets, indicates a structured approach to marine repair work, emphasizing the importance of these services in maintaining vessel safety and functionality. The lack of specified costs suggests that this is an open-ended proposal, inviting bids for the outlined services without predetermined pricing. Overall, the document serves as a pivotal blueprint for procurement in maritime service contracts, illustrating the federal government's commitment to ensure thorough maintenance and compliance for maritime operations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
SAMA FRIENDSHIP REPAIR AND PMS
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the maintenance and repair of the Sailing Vessel Friendship, located at the Salem Maritime National Historical Site. The project aims to ensure the vessel's compliance with safety and seaworthiness regulations, focusing on hull repairs, maintenance, and painting, particularly below the waterline using Coppercoat paint. This procurement is significant for preserving maritime history and ensuring the operational integrity of historic vessels. Interested small businesses must submit their quotes by April 23, 2025, following a pre-bid site visit on April 14, 2025, and can direct inquiries to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," focusing on comprehensive repair services including drydocking, hull cleaning, painting, and compliance inspections. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure the vessel meets operational and regulatory standards, with a performance period of 30 days from the vessel's delivery to the contractor's facility. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in environmental management and navigation safety. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Matthew Rhoads or Domenic Sestito via their provided email addresses, with the solicitation documents available exclusively on SAM.gov.
DRY DOCK (DD) USCG BLUESHARK DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry dock services for the Coast Guard Cutter BLUE SHARK as part of a federal procurement initiative aimed at supporting small businesses, particularly Women-Owned Small Businesses (WOSB). The contract, classified as a Firm Fixed Price, requires a facility capable of accommodating a minimum water depth of 12 feet and a height clearance of 55 feet, with the performance period set from September 2, 2025, to November 4, 2025. This procurement is critical for maintaining the operational integrity of the vessel through various repair and maintenance tasks, including hull inspections and preservation activities, while ensuring compliance with federal standards and promoting inclusive economic opportunities. Interested contractors can reach out to Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details and to participate in the bidding process.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
Landing Barge
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a landing barge under solicitation number W912EQ25BA001. The contract requires the successful bidder to furnish all necessary materials, equipment, labor, and transportation to construct the landing barge in accordance with the provided specifications and drawings. This procurement is crucial for supporting military operations and logistics, emphasizing the importance of reliable and specialized marine vessels. Interested small businesses are encouraged to submit their bids, and inquiries should be directed to Ms. Alexandria Duckett at alexandria.d.duckett@usace.army.mil or by phone at 901-544-3614.
DRYDOCK: USCGC SEA OTTER DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a ship repair contract for the USCGC SEA OTTER, focusing on dry dock maintenance for Fiscal Year 2025. The contract encompasses a range of maintenance tasks, including hull inspections, propulsion system repairs, and structural assessments, all aimed at ensuring the vessel's operational integrity and compliance with safety and environmental standards. This opportunity is particularly significant as it supports the Coast Guard's mission to maintain its fleet's readiness and safety while promoting participation from small businesses, as the contract is set aside for total small business participation. Interested contractors should reach out to Torrie Jones at Torrie.M.Jones@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with the performance period expected to commence on September 16, 2025, and conclude by November 18, 2025.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215) under a combined synopsis/solicitation. The procurement aims to secure comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, to ensure the vessel's operational readiness. This contract is vital for maintaining the Coast Guard's maritime capabilities and safety standards, with a firm fixed price anticipated to commence on June 3, 2025, and conclude by September 1, 2025. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
Hull Clean
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for hull cleaning services for the USCGC DAVID DUREN, scheduled between May 5 and May 24, 2025. The contractor will be responsible for cleaning the underwater surfaces of the vessel, renewing zinc anodes, and ensuring compliance with Coast Guard standards while preserving existing coatings. This procurement is critical for maintaining the operational readiness and integrity of the vessel, which is essential for maritime safety and security. Interested contractors must submit their firm fixed price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.