Sectional Barge Sandblasting, Repairing, and Painting
ID: W912DS26RA002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

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 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 services including the removal of existing coatings to SSPC SP5 standards, leak testing, and necessary welding repairs, with specific limits on the extent of repairs allowed. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures managed by the government. Proposals are due by December 22, 2025, at 2:00 PM local time, and interested parties can contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.

    Files
    Title
    Posted
    The document outlines comprehensive requirements for structural welding and painting of hydraulic structures within government projects, focusing on federal, state, and local RFPs and grants. Key sections detail strict adherence to industry standards from organizations like AISC, AWS, ASTM, and SSPC for welding procedures, personnel qualifications, and quality assurance. Submittals for government approval are mandatory, covering welding quality assurance plans, procedure qualifications, and inspector certifications. The painting section emphasizes extensive safety protocols, environmental protection, and detailed application procedures for various paint systems, including specific requirements for surface preparation, coating thickness measurements, and inspection by certified professionals. Both sections highlight the government's right to inspect and test, ensuring compliance and the contractor's sole responsibility for meeting all specified requirements, even with approved procedures.
    This document is an amendment to Solicitation Number W912DS26RA002, dated December 1, 2025, issued by the KO Contracting Division, W2SD ENDIST NEW YORK. The amendment, dated December 3, 2025, extends the offer receipt date and requires offerors to acknowledge its receipt through specified methods to avoid rejection. It also allows for changes to already submitted offers via letter or electronic communication, provided they reference the solicitation and amendment numbers and are received before the opening hour. A significant addition is Clause 52.237-1 Site Visit (Apr 1984), which urges offerors to inspect the site where services will be performed to understand conditions that may impact contract costs. Failure to conduct a site visit will not be grounds for a claim after contract award. All other terms and conditions of the original solicitation remain unchanged.
    The document outlines a pressure testing procedure for a barge, likely part of quality control or maintenance within a government contract or RFP for maritime equipment. The process involves removing a coupling, inserting a gauge, and filling the barge with no more than 4 psi of air. A soap and water mixture is used to spray all welded seams to identify leaks. Any detected leaks must be marked, fixed, and rechecked. The barge must hold 4 psi for four hours without leaks to pass the test. This detailed procedure ensures the structural integrity and air-tightness of the barge, critical for its operational safety and compliance with specified standards.
    The provided document is empty, therefore, it is not possible to identify any main topics, key ideas, or supporting details. Without content, a summary cannot be generated, and no analysis regarding government RFPs, federal grants, or state/local RFPs can be performed. The document is devoid of any information that could be paraphrased, analyzed, or critically reviewed.
    This government Source Selection Plan outlines the evaluation criteria and award basis for a "Best Value Tradeoff" solicitation for sandblasting and repainting the Albany Field Office sectional barge. Proposals will be evaluated on Performance Capability (Past Performance and Organizational/Technical Approach) and Price. All technical factors combined are approximately equal to price in importance. Offerors must submit electronic proposals adhering to page limits and specific content for each volume, including past performance information for similar projects within the last seven years, an organizational/technical approach, and price details. The government will assess past performance relevancy and confidence, and technical approach quality, with defined rating systems. Price will be analyzed for fairness and reasonableness. The Source Selection Evaluation Board (SSEB) will rate proposals, and the Source Selection Authority/Contracting Officer will compare them to determine the best value, reserving the right to accept other than the lowest price or conduct discussions.
    This government solicitation, W912DS26RA002, issued by the US Army Corps of Engineers, is a 100% total small business set-aside for Women-Owned Small Businesses (WOSB) under NAICS code 336611 (Shipbuilding and Repairing) with a size standard of 1300 employees. The primary purpose is to procure services for “AFO Barge Sandblasting and Repainting” at the Albany Field Office, NY. The scope of work includes picking up and delivering a sectional barge system, sandblasting and inspecting 16 barge sections to SSPC SP5 standards, leak testing, and repainting. Additionally, the contractor will perform welding repairs for cracks and holes not exceeding specific linear welding or plate replacement limits. Proposals are due by December 22, 2025, 02:00 PM local time, and must be submitted electronically. Key contractual requirements include compliance with various FAR and DFARS clauses, particularly those related to small business subcontracting limitations, post-award small business program rerepresentation, and electronic invoicing via Wide Area WorkFlow (WAWF). The project has a delivery schedule of 151 calendar days.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Spud Barge CE 869 Dry Dock
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the dry docking and repair of the Spud Barge CE 869, under a combined synopsis/solicitation format. The project requires contractors to provide all necessary resources for tasks including dry docking, gas-free certification, ultrasonic testing, and various repairs, with a target dry dock entry date set for March 23, 2026, and completion required within 60 calendar days of vessel delivery. This procurement is critical for maintaining the operational readiness of marine equipment, and it is designated as a total small business set-aside under NAICS Code 336611. Interested contractors must submit their quotes by January 5, 2026, at 11:00 AM local time, and can direct inquiries to Taylor H. Brandon or Karen D. Hargrave via their provided email addresses.
    3389 LCHD-ESS Special Notice - Draft Specification
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.
    Corps Island Unloading
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    South Haven and New Buffalo Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking small business vendors to provide snow removal and sanding services at Birch Hill Dam and Tully Lake in Royalston, MA. The procurement requires the contractor to supply all necessary equipment, materials, labor, and transportation for effective snow management in these project areas. These services are crucial for maintaining accessibility and safety during winter months at the facilities. The solicitation is expected to be available online around December 11, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Lorain Harbor West Breakwater Repair Phase II
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the repair and rehabilitation of the Lorain Harbor West Breakwater in Lorain, Ohio. This project aims to restore the structural integrity of the breakwater, which is vital for harbor protection and safe navigation, having suffered significant deterioration due to age and environmental factors. The contract will be a Firm-Fixed-Price (FFP) type, with an estimated value between $10 million and $25 million, and is set aside exclusively for small businesses. Interested parties should note that the solicitation is expected to be issued around December 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Andrew Hewitt at andrew.b.hewitt@usace.army.mil or call 716-339-3307.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.