Spud Barge CE 869 Dry Dock
ID: W912P826RA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST NEW 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file details the structural and engineering specifications for 'Barge 869,' a 120' x 42' x 7' crane barge, under Contract No. DACW 61-79-C-0150, issued by the U.S. Army Engineer District, New Orleans. The document, dated June 15, 1978, and revised on July 25, 1979, provides comprehensive bulkhead, frame, and truss details. It includes various scales illustrating typical transverse frames, rake framing (aft), and transverse bulkheads, along with specific details for side plates, towing knees, and deck structures. Key components specified include different sizes of angles, pipes, and plates, with dimensions for lap joints, stanchions, and bulkhead brackets. The file also details the placement of limber holes, a timber bumper, and the overall structural integrity of the barge, ensuring it meets the required engineering standards for its intended use as a crane barge.
    This government file, "HOUSE FOR SPUD BARGE CE-869," dated July 1985, consists of detailed engineering drawings for the construction of a house structure on a spud barge. The document provides various cross-sections, plans, and elevations, including a roof plan, column location plan, and general plan, illustrating the structural components such as roof plates, girders, beams, and columns. It specifies dimensions, material types (e.g., W10X15, W4X13, L5X5X3/8", C4X5.4), and welding details. The file also includes designs for two types of doors, "DOOR A" and "DOOR B," with their respective dimensions and requirements. Overall, the document serves as a comprehensive technical blueprint for the fabrication and assembly of the barge's house structure.
    This government file details the design and specifications for Barge 869, a 120'x 42'x7' crane barge, under Contract No. DACW 61-79-C-0150 with the U.S. Army Engineer District, New Orleans. The document includes a deck plan and side elevation, outlining structural components like trusses, bulkheads (W.T. BHD, N. W.T. BHD), and frame details. Key features include various spacing for structural members, 8" C.S. single and double bitts with doublers, a 36" C.S. kevel, 18" flush uni-bolt manholes, and spud wells. The design specifies 3/4" runway inserts, 1 1/2" DK, 5/8" corner, 12'-0" radius, and 8" XS half pipe bumpers. Intermediate bilge brackets are 3/8" FR, with 3/8" bottom and side plating, and a 3/8" bilge at 12" radius. Revisions were made on 7-25-79 per corporate request. This plan provides comprehensive engineering details for the barge's construction and utility.
    This document, Drawing No. F52-232-3, details the design and specifications for the 24'x24' Spud Well of Barge 869, a 120'x42'x7' crane barge. Prepared by Fred Settoon, Inc. for the U.S. Army Engineer District, New Orleans, under Contract No. DACW 61-79-6-0150, the file includes various scaled plans and sections such as
    The document outlines modifications and overhauls for a Spud Well, specifically CLIN 0022, providing detailed drawings and locations for components. It references "FS2-232-3 Spud Well Details" and includes an "Elevation – Spud Well" view and a "Section “AA”" view. Key details include the "Current Location of Top Gates" and "Current Location of Bottom Gates." This technical document, likely part of a federal government RFP for infrastructure maintenance or upgrades, focuses on the structural and mechanical aspects of the spud well. The purpose of this document is to provide essential technical specifications and diagrams for the modification and overhaul project, ensuring clarity and precision for potential contractors.
    This is a combined synopsis/solicitation (W912P826RA005) for commercial items, issued as a small business set-aside under NAICS Code 336611. The solicitation requests quotes for dry docking and repairing the Spud Barge CE 869. The contractor must provide all necessary resources, excluding Government-furnished property, to complete the repairs according to specifications. Key tasks include dry docking, gas-free certification, ultrasonic testing, cleaning and coating, anode replacement, gasket and seal replacement, spud well modifications, bow rake steel replacement, and overboard discharge connections. The solicitation includes binding price items for potential additional work like steel plating and welding. Quotes are due by January 5, 2026, at 11:00 AM local time, and offerors must be registered with SAM. The work has a target dry dock entry date of March 23, 2026, and must be completed within 60 calendar days of vessel delivery. The contractor's facility must be within a 100-mile radius of the U.S. Army Engineer District, New Orleans. Liquidated damages of $1,147.88 per day will be assessed for delays. Strict quality control, safety protocols, and submission of various plans and reports are required.
    This document, a solicitation from the U.S. Army Engineer District, New Orleans, details the design and specifications for a replacement spud assembly, specifically the "Spud Range." The file provides intricate engineering drawings and measurements for various components, including plates, stiffeners, pipe sections, and other structural elements. Key features include the "Entire Spud Assembly," "Sheave Assembly," and detailed sections like "Section A" and "Section E," indicating different views and components. The document specifies materials such as steel bars and various plate thicknesses, along with welding instructions and typical layouts. The purpose is to solicit bids for the manufacture and assembly of these replacement spuds, crucial for maritime or construction operations, reflecting a federal government Request for Proposal (RFP) for specialized equipment.
    The document is an amendment to a solicitation/modification of a contract, specifically Standard Form 30, which details changes to existing government solicitations or contracts. This particular amendment, W912P826RA005, dated November 24, 2025, issued by W07V ENDIST N ORLEANS KO CONTRACTING DIVISION, extends the offer receipt period and incorporates "SB 869 Service Weights." It outlines the methods for offerors to acknowledge receipt of the amendment, such as completing items 8 and 15, acknowledging on each offer copy, or via separate communication. Failure to acknowledge receipt by the specified deadline may lead to the rejection of an offer. The document also provides provisions for changing already submitted offers. This amendment primarily serves to update the original solicitation with new requirements and administrative details, ensuring all parties are aware of the revised terms and conditions.
    This government solicitation outlines the dry docking and repair of Spud Barge CE 869, issued by the U.S. Army Corps of Engineers, New Orleans District. The project includes extensive work such as hull plating renewal, structural framing, abrasive blasting, cleaning and coating of various sections, replacement of anodes, deck hatches, and significant modifications to the spud wells. Additionally, the Marine Sanitation Device (MSD) will be replaced, and overboard discharge connections will be updated. The contractor must adhere to strict quality control, safety protocols (including COVID-19 guidelines), and environmental regulations. Key deliverables include marine chemist certificates, ultrasonic test reports, welding qualifications, and a detailed work schedule. The contract specifies liquidated damages for delays and mandates a facility location within a 100-mile radius of New Orleans.
    This document is an amendment to Solicitation Number W912P826RA005, which pertains to a Dry Dock Spud Barge CE 869. The primary purpose of this amendment, designated as W912P826RA0050003, is to extend the deadline for the receipt of offers. The new deadline for submitting offers is January 12, 2026, at 11:00 AM local time, extended from the previous date of January 5, 2026. Additionally, the amendment addresses and responds to questions from potential offerors, explicitly stating that no further questions will be answered. A specific question regarding tank layout drawings for the barge was answered in the negative, indicating that the USACE does not possess such drawings. Offerors are reminded to acknowledge receipt of this amendment to ensure their offers are not rejected.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sectional Barge Sandblasting, Repairing, and Painting
    Dept Of Defense
    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.
    CGC VISE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the drydock repairs of the USCGC VISE (WLIC 75305) and the USCG 68A BARGE (68012) for Fiscal Year 2026. This procurement, set aside for small businesses under NAICS Code 336611, requires contractors to provide all necessary materials, equipment, and personnel for repairs scheduled from approximately March 10, 2026, to May 19, 2026, at their shipyard. The project encompasses a comprehensive range of maintenance tasks, including hull inspections, propulsion system overhauls, and fire prevention measures, which are critical for the operational readiness of these vessels. Interested parties must submit their quotations by January 29, 2026, with questions due by January 23, 2026, and can contact Iran N. Walker at Iran.N.Walker@uscg.mil or 757-628-4563 for further information.
    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 APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repairs at the USCG STA Apra Harbor under solicitation number 70Z04026QSBPL0003. The procurement involves comprehensive dry-docking services for the 45-foot Response Boat-Medium, requiring contractors to provide all necessary labor, materials, and equipment to complete specified work, including welding, inspections, and preservation tasks. This opportunity is particularly significant as it supports the operational readiness of the Coast Guard's fleet, ensuring vessels are maintained to high standards. Proposals are due by January 28, 2026, with an anticipated award date of March 25, 2026; interested vendors should contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil for further details.
    DRYDOCK REPAIRS FOR THE CGC OAK
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock repairs for the USCGC OAK (WLB 211) during its scheduled availability from March 31, 2026, to June 20, 2026. The procurement involves a range of maintenance and repair tasks, including hull preservation, propulsion system overhauls, and various inspections, all aimed at ensuring the vessel's operational readiness and compliance with federal regulations. This contract, categorized under NAICS Code 336611 for Ship Building and Repairing, is a total small business set-aside, with quotations due by January 26, 2026, and an anticipated award date of February 4, 2026. Interested parties can reach out to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Iran Walker at iran.n.walker@uscg.mil for further details.
    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.
    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.
    USCGC-KUKUI-DOCKSIDE-REPAIRS AMENDMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC KUKUI (WLB 203), a 225-foot Seagoing Buoy Tender. The scope of work includes essential repairs such as cleaning and inspecting tanks, servicing hydraulic equipment, renewing piping, replacing windows, and preserving decks, with the performance period anticipated from March 31, 2026, to June 9, 2026. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime operations. Interested companies, including small businesses and those owned by veterans or women, must submit their responses by December 31, 2025, at 2:00 PM EST, to the primary contacts, Jayne Gluck and Sandra A. Martinez, with the necessary documentation to support their business size status and intent to bid.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    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 COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    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.