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 system located at the Albany Field Office in Troy, New York. The project involves comprehensive work on 16 barge sections, including sandblasting to SSPC SP5 standards, leak testing, and limited welding repairs, all to be completed within 90 calendar days after the Notice to Proceed, with a final deadline of April 1, 2026. This procurement is critical for maintaining the operational integrity of the barge system, which is essential for various maritime operations. Interested small businesses must submit their proposals electronically by January 5, 2026, and can direct inquiries to Matthew Lubiak or Orlando Nieves via their provided email addresses.

    Point(s) of Contact
    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.
    Amendment P00002 extends the offer due date for Solicitation W912DS26RA002 from December 22, 2025, to January 5, 2026. This amendment modifies the original solicitation issued by W2SD ENDIST NEW YORK. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new due date may result in rejection of the offer. This change is formal and impacts the timeline for submissions to the U.S. Army Corps of Engineers, New York District.
    Amendment 0003 to solicitation W912DS26RA0020003 for the AFO Barge Sandblasting and Repainting project extends the offer due date to January 5, 2026. This amendment addresses bidder questions, providing crucial clarifications for the project. Key information includes the barge's location at 1 Bond Street, Troy, NY, and confirmation that a government-furnished crane and operator will assist with loading and unloading at the Albany Field Office. Leak testing will occur after repair work, and welding and plate repair requirements apply to the entire sectional barge system. No stenciling or logos are required. Importantly, the amendment clarifies that while AISC certification is preferred, a non-AISC fabricator/erector may be accepted if they meet all AWS and project-specific welding qualification requirements.
    Amendment 0004 modifies solicitation W912DS26RA002, issued by W2SD ENDIST NEW YORK, to clarify key dates and requirements for offerors. The due date for offers remains January 5, 2026, at 2:00 P.M. A significant change is that the Government will no longer respond to Requests for Information (RFIs) received after December 23, 2025. Offerors must acknowledge receipt of this amendment by the specified date, either by completing items 8 and 15 on the amendment form, acknowledging it on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the deadline may result in the rejection of their offer, in accordance with FAR 14.304 regarding late bids or modifications.
    The POSEIDON® P2-5 Portable Sectional Barges document outlines the specifications, features, and available accessories for 20ft and 40ft barge sections manufactured by POSEIDON® BARGE, LTD. These barges are designed for use on rivers and intercoastal waterways, built in accordance with American Bureau of Shipping (ABS) rules, and the company is ISO 9001:2015 certified. Key features include a durable Baril DCC Paint System, sacrificial zinc anodes for corrosion protection, Biofloat corrosion inhibitor in void spaces, and a heavy-duty HSLA Steel Deck with a 20,000 psf load capacity. The design allows for cost-effective shipping, with two 40ft barges per truck. Available accessories include spud pockets, spuds of varying lengths, hydraulic winch systems, deck cleats, handrails, safety ladders, and Sea Bee Thruster Systems. The document also details specific accessories like hinge assemblies for ramps and rub rail castings, emphasizing their robust construction and ease of maintenance. The company's contact information and stock locations are provided.
    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
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, is soliciting quotes for the dry docking and repair of the Spud Barge CE 869. The project entails extensive work, including hull plating renewal, structural framing, and various modifications to the barge, with a target dry dock entry date set for March 23, 2026. This procurement is crucial for maintaining the operational readiness of marine equipment, and the contract is designated as a Total Small Business Set-Aside under NAICS Code 336611. Interested contractors must submit their offers by January 12, 2026, at 11:00 AM local time, and are encouraged to contact Taylor H. Brandon or Karen D. Hargrave for further information.
    USCG STA NEW YORK (45612) FY26 U/W BODY REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the FY26 Underwater Body Repair at USCG Station New York. The procurement involves comprehensive drydock maintenance and repairs on the 45-foot Response Boat–Medium (RB-M), including tasks such as welding, hull inspections, engine alignments, and preservation services, all adhering to Coast Guard standards and federal regulations. This contract is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet. Interested small businesses must submit their proposals electronically by January 23, 2026, and can contact Troy Elliott at troy.s.elliott@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil for further information.
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    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.
    USCGC Kanawha Dockside Components Blast and Paint
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide blasting and painting services for components of the USCGC Kanawha at their Industrial Production Facility in St. Louis, Missouri. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project, which includes surface preparation, non-destructive testing, and application of a USCG-approved painting system, adhering to specific quality and safety standards. This procurement is crucial for maintaining the operational readiness of the vessel, with a firm-fixed price service contract expected to be awarded to the lowest-priced quoter. Interested parties must submit their quotes by January 9, 2026, and direct any questions to Mr. Justin Austin at Justin.c.austin@uscg.mil or by phone at 985-273-4082.
    Repair and Modernization IDIQ YC-UF-UFDD
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, is seeking contractors for the Repair and Modernization Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract for U.S. Navy waterborne barges in Washington State. The contract will cover repair and modernization services for YC, UF, and UFDD barges, requiring expertise in hull, mechanical, and electrical design, with typical projects including vessel husbandry, welding, painting, and electrical repairs. The anticipated ordering period spans five years from April 2026 to April 2031, with a total small business set-aside under NAICS code 336611. Interested contractors must register with the System for Award Management (SAM) and can contact Jeff Jaeckel or Christopher Campbell for further information. Proposals are expected to be solicited in January 2026.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    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.
    Internal Tank Inspection at Caven Point Marine Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for internal tank inspections at the Caven Point Marine Terminal in Jersey City, New Jersey. The project involves a firm-fixed-price contract for the inspection and testing of various tanks, including diesel, gasoline, bilge, and gray water tanks, with specific safety regulations and confined space entry requirements to be adhered to. This procurement is crucial for ensuring the safety and compliance of the facility's storage tanks, and the contract is set to last one month, from February 2, 2026, to March 2, 2026. Interested parties must submit their quotes via email by January 12, 2026, and can reach out to Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil for further information.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the rental of a fully crewed hydraulic pipeline cutterhead dredge for operations along the Mississippi River, New Orleans Harbor, and various bar channels in Louisiana. The project aims to enhance navigability and maintain essential waterways, with a construction magnitude estimated between $10 million and $25 million. Bidders are required to submit comprehensive proposals that include pricing for mobilization and dredging hours, while adhering to safety regulations and performance specifications. Interested contractors should contact Bambi Raja at Bambi.L.Raja@usace.army.mil or Cori A. Caimi at Cori.A.Caimi@usace.army.mil for further details, and must ensure registration with the System for Award Management (SAM) prior to bid submission, with the solicitation set for March 13, 2025.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is soliciting bids for the Corps Island Unloading project, which involves transferring approximately 300,000 cubic yards of dredged material from Corps Island in the Upper Mississippi River. The project requires the use of mechanical and/or hydraulic excavation methods and is critical for managing dredged material in a site that lacks road access and is susceptible to flooding. This contract, valued between $5 million and $10 million, is exclusively set aside for small businesses, with bids due by March 10, 2026, and work expected to commence within 10 days of the notice to proceed, concluding by September 30, 2027. Interested bidders should contact Theodore Hecht at the provided email or phone number for further details and ensure they are registered in the System for Award Management (SAM) prior to bidding.