USFF Barge (70PE9301)
ID: USFFBarge70PE9301Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Ship Building and Repairing (336611)

PSC

BARGES AND LIGHTERS, SPECIAL PURPOSE (1935)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking contractors for routine repairs and modernizations of the USFF Barge (70PE9301) during a scheduled maintenance period from April to June 2025. The contract will involve essential tasks such as pressure washing, equipment inspections, painting, and replacing critical components to ensure the barge's operational readiness for Navy leadership functions. This procurement is vital for maintaining the barge's condition and compliance with safety standards, as all repairs must adhere to American Boat & Yacht Council and U.S. Coast Guard regulations. Interested contractors must submit capability statements via beta.SAM.gov and be registered in the System for Award Management (SAM) to be eligible for the contract, with a delivery deadline set for June 30, 2025. For inquiries, contact Ben Bethel at benjamin.bethel@navy.mil or Chris Whiteside at christopher.d.white1@navy.mil.

    Files
    Title
    Posted
    The Performance Work Statement for the USFF Barge Overhaul (70PE9301) outlines the required routine repairs and modernization of the USFF Barge during its scheduled maintenance period from April to June 2025. The contractor's responsibilities include essential equipment repairs and updates to ensure the barge's operational readiness for Navy leadership functions. Specific tasks encompass pressure washing, inspecting and painting, replacing the bow thruster motor, clearing sewage tank blockages, and flooring replacement, among others. Compliance with American Boat & Yacht Council (ABYC) and U.S. Coast Guard standards is mandatory, and all components must be new. The contractor must document all repairs, provide Condition Found Reports (CFRs), and ensure the barge is returned in a clean, operable condition by June 20, 2025. Personnel must be U.S. citizens, and no special security clearance is needed. The contractor will handle craning the barge in and out of the water and must ensure timely communication to avoid scheduling delays. Delivery is set for June 30, 2025. This document exemplifies government contracting processes while emphasizing performance transparency and compliance with safety standards.
    The document appears to be a digital signature reference for an individual named Benjamin M. Bethel, identified by a unique number (1557805008). However, it lacks substantive content related to federal RFPs, grants, or state/local initiatives. As such, it does not provide any information regarding specific projects, funding opportunities, or context for governmental objectives. The nature of the document suggests it may be part of an official processing or validation protocol rather than a full proposal or grant application. Therefore, it is not possible to extract key ideas or supporting details typically associated with government RFPs or grants from the given file.
    The document outlines various contract clauses incorporated in federal requests for proposals (RFPs) and grants, detailing the rules and regulations that govern relationships between the government and contractors. Key clauses address funding availability, procurement integrity, and the obligations pertaining to telecommunications equipment and services, particularly in relation to security and supply chain considerations. Prominent topics include requirements for representation upon contracting, qualifications for small businesses, and compliance with labor standards, particularly under the Service Contract Labor Standards. The document specifies necessary certifications, such as the Buy American Act compliance and a prohibition on contracting with certain foreign entities. Specific sections delineate the contracting process, including submission instructions, evaluation criteria, and responsibilities for reporting past performance and compliance with ethical standards. Overall, the file serves as a comprehensive guide for potential contractors, ensuring they understand the obligations and standards expected to foster a transparent procurement environment conducive to fair competition and security protocols in government contracts.
    The NAVSUP Fleet Logistics Center Norfolk intends to award a firm fixed-price contract for routine repairs and modernizations of the USFF Barge (70PE9301) during a scheduled off-season barge stand-down from April to June 2025. This solicitation, identified as number 1301171119, is a combined synopsis/solicitation for commercial products or services, with a sole source award proposed to Washburns Boat Yard. Interested contractors are invited to submit capability statements through beta.SAM.gov, demonstrating their qualifications to perform the work. Additionally, prospective awardees must be registered in the System for Award Management (SAM) database to be eligible for contract award. The NAICS code for this acquisition is 336611, with a size standard of 1,300 employees. The document provides specific contact information for inquiries and emphasizes the requirement for registration in SAM for a successful quote submission. This synopsis serves as an essential announcement for vendors interested in participating in the procurement process for this government project.
    Lifecycle
    Title
    Type
    USFF Barge (70PE9301)
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Sectional Barge Sandblasting, Repairing, and Painting
    Dept Of Defense
    The Department of Defense, specifically 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 work on 16 barge sections, adhering to industry standards such as SSPC SP5 for sandblasting and specific guidelines for welding repairs and leak testing. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures within government projects. Proposals are due by January 5, 2026, and interested parties should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.
    Living Barge Sustainment New England Area
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide sustainment support for United States Navy crews living aboard barges in the New England area, including Groton, Connecticut, New London, Connecticut, and Kittery, Maine. The required services encompass a range of maintenance and repair tasks, such as calibration and certification of hydrogen sulfide alarm systems, fire and flooding alarm inspections, HVAC repairs, and various habitability and galley repairs, necessitating multi-trade maintenance personnel available for both regular and emergency hours. This opportunity is critical for ensuring the operational readiness and safety of Navy personnel aboard these vessels. Interested businesses are encouraged to submit a capabilities statement package to the contracting office, with specific details outlined in the announcement, and may contact Joel Harrison at joel.j.harrison.civ@us.navy.mil or John Moegenberg at john.n.moegenberg.civ@us.navy.mil for further inquiries.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    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.
    DRY DOCK USCG BEAR FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dry dock repairs for the USCGC BEAR (WMEC 901) in fiscal year 2026. The procurement involves dry dock services, temporary cutter services, and the repair and preservation of ballast tanks, with work required to be performed within a 50-mile radius of the vessel's homeport in Portsmouth, VA, from July 20 to August 9, 2026. This opportunity is crucial for maintaining the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested parties must submit their information, including company details and past performance, by December 29, 2026, at 11:00 am EST, and must be registered in SAM to participate. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil.
    USNS MERCY (T-AH 19) FY26 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance and repair of the USNS MERCY (T-AH 19) as part of its Fiscal Year 2026 Regular Overhaul and Dry Docking (ROH/DD) project. This procurement involves comprehensive shipbuilding and repair services, which are critical for ensuring the operational readiness and longevity of the vessel, a key asset in the Navy's humanitarian and medical missions. Interested contractors should refer to the attached documents for detailed specifications and requirements related to Amendment 0008 of this solicitation. For further inquiries, potential bidders can contact Benjamin Brackett at benjamin.b.brackett.civ@us.navy.mil.
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    Sources Sought USACE MVK Mat Barge Modifications
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Vicksburg District, is conducting a sources sought notice for the modification of thirty-four (34) mat barges utilized for transporting articulated concrete mattresses. The project entails replacing existing C-channel runners on the barges with 6” x 14” rectangle tubing, requiring contractors to provide all necessary labor, equipment, and materials for the modifications. This procurement is critical for maintaining the operational efficiency of the barges, which measure 160’ long, 34’ wide, and 9.5’ tall, and is expected to commence in January 2026, with completion by June 30, 2026. Interested firms, particularly small and disadvantaged businesses, should submit their responses by 2:00 PM Central on December 19, 2025, to Javonta Roper at javonta.a.roper@usace.army.mil, with additional contacts provided for further inquiries.
    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.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.