P--NPS GWMP Vessel Removal and Disposal Services
ID: 140D0425Q0354Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Other Waste Collection (562119)

PSC

SALVAGE- MARINE VESSELS (P300)
Timeline
    Description

    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the removal and disposal of two derelict vessels located within the Dyke Marsh Wildlife Preserve, specifically a 23-ft Tanzer sailboat and a 35-42 ft Mainship power boat. The primary objective of this procurement is to ensure the safe and environmentally compliant removal of these vessels, with a focus on minimizing ecological impact and adhering to federal regulations throughout the process. This opportunity is open to all qualified contractors under Full and Open Competition, with proposals evaluated based on technical capability, past performance, and price, culminating in a Firm Fixed Price Purchase Order. Interested contractors must submit their proposals by July 3, 2025, and can direct inquiries to Hanna Mershman at hanna_mershman@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) has issued a Request for Quote (RFQ 140D0425Q0354) for the removal and disposal of two derelict vessels within the Dyke Marsh Wildlife Preserve from July 21 to September 4, 2025. This procurement is open to all qualified contractors under Full and Open Competition, aiming to award a Firm Fixed Price Purchase Order. The main objective is to ensure the safe removal of the vessels, including a 23-ft Tanzer sailboat and an estimated 35-42 ft Mainship power boat, while adhering to environmental regulations. Proposals must include specific plans for vessel removal, disposal, and oil spill response, highlighting capabilities and qualifications of the contractor. Key deliverables include detailed removal plans and documentation of vessels post-removal. The submission deadline is July 3, 2025, with awards based not just on price but also on technical capability and past performance. The NPS emphasizes that all removal activities should minimize environmental impact, comply with federal laws, and ensure the integrity of the wildlife preserve throughout the process. The document underscores the importance of complying with all safety and environmental standards during the project execution.
    The document outlines various technical specifications, guidelines, and requirements relevant to federal and state Requests for Proposals (RFPs) and grants. Emphasis is placed on providing technical and financial support for projects aimed at advancing public health, infrastructure, and environmental sustainability. Key areas covered include the development of proposal submission protocols, eligibility criteria for funding, compliance with regulatory standards, and assessment of project impact. The structure of the document suggests a comprehensive approach to project planning, execution, and evaluation, highlighting the importance of stakeholder engagement and proper documentation. Overall, this document serves as a vital resource for organizations seeking to navigate the complexities of government funding opportunities, ensuring adherence to legal and fiscal responsibilities while addressing critical community needs.
    The document outlines a Request for Quotation (RFQ) regarding vessel removal and disposal services for the National Park Service's George Washington Memorial Parkway (NPS GWMP). It specifically requires quoters to provide information concerning their past performance on no more than four relevant projects completed within the last three years. Required project details include descriptions, locations, performance dates, financial value, type of contract, involved personnel and equipment, client information, and any performance issues along with their resolutions. This RFQ emphasizes the importance of recent and relevant experience to ensure the selection of qualified contractors for the service, underscoring the federal agency's focus on effective oversight and accountability in project management.
    The document serves as an amendment to solicitation number 140D0425Q0354, aimed at addressing queries related to the Request for Quotation (RFQ) for a new project. It specifies that bidders must acknowledge receipt of the amendment by set methods to avoid rejection of their offers. The amendment includes answers to four questions from contractors: confirming that this is a brand-new requirement with no incumbent; providing information about the vessels involved and their locations along the Potomac River; and indicating that the National Park Service's George Washington Memorial Parkway (GWMP) will not host a site visit, although contractors may conduct inspections independently. This amendment aims to clarify terms and facilitate the bidding process, ensuring transparency and enabling interested parties to prepare informed proposals in alignment with federal procurement standards. Overall, it underscores the importance of timely communication and adherence to procurement protocols in the federal contracting environment.
    The document pertains to the amendment of solicitation number 140D0425Q0354, which outlines specific requirements and clarifications for contractors related to derelict vessel and debris disposal services. It emphasizes the necessity for contractors to acknowledge the amendment through various means before the specified deadline, as failure to do so may lead to the rejection of their offer. The amendment addresses questions posed during the RFQ Q&A period, notably confirming that individual disposal plans are required for each vessel if they differ. Additionally, it clarifies that the designated location for service execution is the Dyke Marsh Wildlife Preserve in Alexandria, VA, with specific coordinates provided in the Statement of Work, despite the contracting office being located in Herndon, VA. The amendment ensures that all terms and conditions of the original solicitation remain intact except for these specified changes, thereby reinforcing compliance and clarity in the procurement process.
    The document is a Request for Proposal (RFP) issued by the Interior Business Center, Acquisition Services Directorate for commercial items. It includes essential information pertinent to potential offerors, such as the solicitation number (140D0425Q0354), due date for offers (July 3, 2025), and contact details for inquiries. The RFP is categorized as a service-disabled veteran-owned small business (SDVOSB) opportunity and outlines the methods of solicitation, including Request for Bid (IFB), and Request for Quote (RFQ). The payment settings, delivery requirements (FOB destination), and the contracting officer's signature are also noted. Importantly, the addendum indicates that this document is an auto-generated form, directing offerors to consult additional documents associated with the solicitation for comprehensive instructions on submission. The document highlights compliance with Federal Acquisition Regulation (FAR) clauses and specifies the requirement for contractors to provide signed documentation of their offers. Overall, the RFP aims to solicit competitive bids while ensuring adherence to federal guidelines for procurement and contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Shipbreaking of USCG 160' Inland Construction Tenders
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking interested vendors for shipbreaking services to dispose of up to 160’ Inland Construction Tenders deemed excess, located between St. Louis, Missouri, and Mobile, Alabama. The procurement involves dismantling, demilitarizing, and recycling or disposing of the vessels in compliance with local, state, and federal regulations, including the appointment of an Environmental Manager and adherence to stringent environmental protection measures. This opportunity is crucial for maintaining the USCG's operational efficiency and environmental responsibility. Interested firms must respond to the Sources Sought Notice by January 9, 2026, providing detailed information about their capabilities and past performance to Nichol Fitzpatrick at nichol.a.fitzpatrick@uscg.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    TUGCON; Jones Act; Open-Ocean Tow
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a U.S. flag, Jones Act compliant, ocean-certified tugboat. The primary objective is to tow a decommissioned Guided Missile Cruiser from Naval Station Norfolk, VA, to the Naval Inactive Ship Maintenance Facility in Philadelphia, PA, by February 13, 2026, with proposals due by December 18, 2025, at 1100 Eastern Time. This contract is a Total Small Business Set-aside under NAICS Code 483111, emphasizing the need for sufficient bollard pull, endurance for the entire voyage, and communication capabilities, alongside the requirement for an Independent Marine Surveyor for oversight. Interested parties can reach out to Matthew Price at matthew.r.price40.civ@us.navy.mil or 757-341-3348 for further details.
    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.
    19--Notice of Intent for Sole Source - boat outfit
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, has announced its intent to award a sole source contract to William E. Munson Company for the outfitting of a boat that was previously purchased under contract 140F0S24F0052. This outfitting is necessary to ensure compliance with warranty and manufacturer guarantees, as well as to maintain the overall operability of the boat frame. The procurement is critical for ensuring the functionality and reliability of the vessel, which is categorized under the Boat Building industry (NAICS code 336612) and involves combat ships and landing vessels (PSC code 1905). Interested parties who disagree with the sole source determination may submit their arguments and capability statements by 10:00 PM Pacific Time on December 22, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    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.
    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.
    Solicitation of a Concession Business Opportunity to Operate Guided Water Tours, Food & Beverage, and Retail Services within Lake Mead National Recreation Area
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for a ten-year concession contract to operate guided water tours, food and beverage services, and retail operations within the Lake Mead National Recreation Area, starting in December 2026. The selected concessioner will manage the government-owned Desert Princess vessel and is expected to make an estimated investment of $485,000, with projected first-year revenues ranging from $1.3 million to $1.44 million, alongside a tiered franchise fee structure. This initiative is part of the NPS's Commercial Services Program, aimed at enhancing park operations and promoting regional economic development. Interested parties must register for a site visit by November 28, 2025, submit questions by December 10, 2025, provide a notice of intent to propose by January 29, 2026, and submit their proposals electronically by February 19, 2026. For further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.