Emergency Drydock Services for US Dredge Wheeler
ID: W912P825R0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST N ORLEANSNEW ORLEANS, LA, 70118-3651, 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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Emergency Drydock Services for the Dredge Wheeler, with a focus on small businesses. The contractor will be responsible for providing all necessary management, labor, materials, and facilities to execute comprehensive repair tasks, including drydocking and equipment maintenance, within a strict timeline of 21 calendar days following the vessel's delivery. This procurement is critical for maintaining the operational readiness of the Dredge Wheeler, which is essential for maritime operations. Proposals must be submitted via email by 2:00 PM CST on January 8, 2025, with inquiries directed to Francesca Deboer at francesca.e.deboer@usace.army.mil or Christopher Nuccio at christopher.nuccio@usace.army.mil.

    Files
    Title
    Posted
    This document serves as the Stability Booklet for the USACE Dredge Wheeler, delineating critical stability and loading data necessary for maritime operations of this seagoing trailer suction hopper dredge. It details vessel measurements, hydrostatic properties, and required stability criteria based on loading conditions. Key sections include general notes on vessel reference planes, detailed tank summaries, design drafts, and loading forms for various operational scenarios, such as light service departing and full-load conditions. Operating instructions emphasize best practices for achieving trim and stability, including ballast management and monitoring of free surface effects. Safety parameters ensure compliance with stability under different loading weights and conditions, including damage stability maintaining specific gravity and vertical center of gravity limits. The booklet enables vessel operators to assess stability under various circumstances, ensuring operational safety and adherence to regulations, reflecting a fundamental resource within government maritime operations and guidance relevant to federal infrastructure and environmental projects. Overall, it encapsulates essential loading, buoyancy, and operational guidelines tailored to efficient and safe dredging operations.
    This document appears to be a technical drawing and specification for a component designed for marine applications, specifically referencing a part identified as a "CPP Blade" made of a Nickel-Bromine-Aluminum material. Key details include precise dimensions, material specifications, tolerances, and modifications to the design, such as changes in hole sizes. The drawing emphasizes strict adherence to specified tolerances and includes instructions for manufacturing, highlighting critical dimensions such as depth and radial measurements. The document is structured meticulously, displaying itemized information that covers the bill of materials, dimensional specifications, and checks by multiple engineers. As part of the broader context of government requests for proposals (RFPs) or grants, this technical description suggests the component is intended for procurement under federal or state contracts, ensuring compliance with quality and engineering standards. The intent is to facilitate reliable manufacturing processes and maintain stringent performance requirements in maritime applications.
    This government document amends the solicitation for Emergency Drydocking Services for the Dredge Wheeler. Key changes include an extension of the proposal response date to January 8, 2025, at 2:00 PM CST and the complete removal of the Technical Capability factor, replaced by a revised version that establishes new criteria. Offerors must certify their drydock's availability for a required consecutive period of 3-4 weeks in January and February 2025, providing specific measurements and location details. Furthermore, drydock facilities located within 1,000 nautical miles from the U.S. Army Corps of Engineers in New Orleans will be prioritized. The document retains all other terms and conditions, emphasizing the urgency due to the Dredge Wheeler's critical operational status and fragile condition. This summary reflects essential modifications made to the solicitation, aiming to attract suitable contractors for timely services.
    The U.S. Army Corps of Engineers, New Orleans District, is soliciting proposals through solicitation W912P825R0008 for Emergency Dry-Docking Services for the Dredge Wheeler. This RFP, aimed exclusively at small businesses, encompasses comprehensive repair tasks including drydocking, equipment maintenance, and optional machinist work. The document details the scope of work, including labor requirements, safety precautions, and performance expectations, emphasizing mandatory and optional services that contractors may provide. Critical safety protocols, inspections, and quality assurance measures are outlined to ensure compliance and satisfactory performance. The contractor is responsible for timely execution, adhering to repair standards, and coordinating with government representatives during all phases of work. A significant focus is on the requirements for technical service representatives to oversee specialized tasks. The contract duration is set for completion within 21 calendar days post-delivery of the vessel to the contractor. This solicitation reflects the government's commitment to maintaining operational readiness of its assets through structured repair processes and robust contractor engagement.
    The Performance Work Statement outlines the requirements for the repair and alteration of the dredge WHEELER under the Master Ship Repair Agreement. The contractor is responsible for all necessary management, supervision, labor, and materials to complete specified tasks, including drydocking, propeller replacement, and equipment maintenance, while adhering to safety and regulatory standards. The document details vessel specifications, required contract drawings, and a comprehensive scope of work encompassing docking logistics, certification requirements, inspection protocols, and quality assurance measures. Emphasis is placed on using qualified personnel, maintaining safety protocols, and ensuring timely completion of all work within a 21-day timeframe. The contractor must provide continuous power, potable water, and maintain a clean and safe work environment. Additionally, mandatory and optional work items are specified, accompanied by rigorous inspection and reporting requirements to guarantee compliance with contractual obligations and the satisfactory operation of the vessel post-repair.
    The document is a technical publication addendum from Propulsion Systems, Inc. related to the controllable pitch propeller used in the Wheeler repower project. It includes replacement data for service information, hydraulic oil specifications, and general data on the propulsion system's components and specifications. It features detailed sections outlining various assemblies, parts lists, and bolt torque specifications essential for maintaining and servicing the equipment. Key topics include hydraulic oil type, service information, and specific parts and assemblies such as the propeller hub and servo box assemblies. The document specifies technical drawings, part numbers, and maintenance procedures necessary for the correct operation and servicing of the equipment. The addendum also lists contact information for technical assistance and outlines the oil analysis process, demonstrating an emphasis on proper maintenance practices. This publication is important for federal and local RFPs as it provides essential technical and operational guidelines necessary for compliance with regulatory standards in marine propulsion systems, ensuring efficient and safe operations during governmental projects.
    The document outlines a series of attachments related to safety and accident prevention protocols for a government contract. Key attachments include a Checklist for Undocking (J-1), an Administrative Accident Prevention Program (J-3), and Hazard Analysis (J-4) designed to mitigate risks in operations. Additional documents such as the Safe Clearance Log (J-8) and associated request forms (J-9) are intended to ensure proper procedures are followed during operations involving potentially hazardous materials or environments. The overall focus is on maintaining safety standards and compliance with regulations during the execution of projects related to fuel oil transfer and hazardous energy control, specifically referencing the United States Dredge Wheeler's operational risks. This compilation is crucial for contractors to adhere to safety measures, thereby protecting personnel and property while fulfilling government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    FY25 IDIQ Hopper Dredge Rental
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.