Overhaul of S/V H.R. SPIES
ID: W912BU25BA011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, 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
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking qualified contractors for the overhaul of the survey vessel H.R. SPIES. This procurement involves providing all necessary engineering, design, labor, materials, and equipment to execute essential repairs, including drydocking, hull painting, and various inspections, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard. The project is critical for maintaining the operational readiness of the vessel, which will operate in the Delaware River and Bay during Fiscal Year 2025. Interested bidders must submit their proposals by April 29, 2025, and can direct inquiries to Domenic L. Sestito at domenic.l.sestito@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 6:06 PM UTC
The document outlines the bidding instructions for a solicitation by the US Army Corps of Engineers, specifically for Bid W912BU-25-B-0008. Bids must be submitted physically by hand delivery, courier, or mail, with clear labeling of the solicitation number on the package. The bid opening is scheduled for April 29, 2025, at 2:00 PM EST at the Philadelphia District office. Attendance requires prior notice to the contracting specialist and a valid ID. Bids must include the original solicitation, signed amendments, and a bid bond. Late submissions and electronic bids will not be accepted, and incomplete submissions may be deemed non-responsive. The contact for further inquiries is Domenic L. Sestito Jr., the contracting officer. This document serves as a critical guideline for prospective bidders in the federal contracting process, ensuring compliance with submission requirements and necessary protocols for attendance at the bid opening.
Apr 15, 2025, 6:06 PM UTC
The government contract solicitation W912BU25BA011 focuses on the overhaul of the Surveyboat H.R. SPIES, requiring contractors to supply all necessary engineering, design, labor, and materials for repairs. The solicitation clarifies that this is a Rated Order under the Defense Priorities and Allocations System, indicating its significance in national defense. Offers must be submitted sealed, and late submissions are subject to penalties as outlined. The contract lists specific optional line items for additional work, such as hull anode replacement and strut repairs, all priced as firm fixed-price arrangements. The performance period runs from May 7, 2025, to June 7, 2025, with detailed specifications and requirements for the overhaul provided in attachments. Key evaluation factors, contract clauses, and payment processes are also outlined, ensuring compliance with federal regulations. The solicitation emphasizes the importance of timely and accurate invoicing through the Wide Area Workflow system for prompt payments. The document provides a structured breakdown of requirements, limitations, and expectations for offerors, reinforcing the federal government's commitment to stringent procurement guidelines.
Apr 15, 2025, 6:06 PM UTC
This document is an official amendment to a solicitation for construction services, extending the deadline for submitting offers from 2:00 AM to 2:00 PM on April 29, 2025, while keeping the same closing date. It outlines methods for acknowledging receipt of this amendment and states that any changes to previously submitted offers must be communicated accordingly. The amendment introduces new clauses regarding foreign procurement taxes and telecommunications representations. Specifically, it includes FAR Clauses 52.229-12 and 52.204-26, all aimed at ensuring compliance with federal regulations. Additionally, it reinforces that all other terms and conditions of the solicitation remain unchanged. The document is structured formally with standard identification fields, sections for amendments/modifications, and signature blocks for the contractor and contracting officer. This amendment is part of a larger framework relating to federal RFPs and grants, aimed at facilitating proper contractor engagement and ensuring that all parties adhere to new terms or regulatory requirements as necessary.
The document outlines a comprehensive equipment parts list for a 120/240 VAC single-phase distribution system, intended for use in a marine context, likely related to a project overseen by the U.S. Coast Guard. It details various electrical components, including shore power inlets, transformers, lighting, and ventilation systems, specifying part numbers, quantities, and manufacturers for procurement. Additional notes emphasize compliance with U.S. Coast Guard regulations and standards for cabling and installation practices. The document serves as a crucial resource for contractors responding to Requests for Proposals (RFPs) or federal grants, guiding them in sourcing the appropriate equipment and ensuring adherence to safety and operational requirements. With a focus on electrical distribution and equipment specifications, it highlights the importance of regulatory compliance in project planning and execution within government-funded initiatives.
Apr 15, 2025, 6:06 PM UTC
The document contains a docking diagram reference for the US Army Corps of Engineers (USACE) related to a marine vessel, identified as Hull Number TD20-46AA. Key specifications include dimensions, mass, and structural features of the docking arrangement. Notably, the vessel has a mass of 92,000 lbs, with specific measurements concerning blocking and clearance requirements. The document emphasizes areas without blocking, as well as the longitudinal center of gravity in a lightship condition. The diagram is issued for reference purposes, suggesting its importance in ensuring compliance with engineering standards and safety regulations for docking operations. This document aligns with U.S. federal RFP practices for maintaining rigorous design and operational standards in marine engineering projects, reflecting essential details needed for federal and local approvals.
Apr 15, 2025, 6:06 PM UTC
The document outlines a Request for Proposal (RFP) for the 2025 overhaul of the 64-foot survey vessel H.R. Spies, managed by the US Army Corps of Engineers (USACE) Philadelphia District. Key tasks include drydocking and performing essential repairs according to specified plans. The proposal includes several optional repair items: replacing hull anodes, repairing struts, and replacing rudders and propellers, each to be priced individually. The USACE intends to issue a Notice to Proceed for shipyard work between April 30 and May 7, 2025, with a performance period of 30 calendar days post-delivery of the vessel. The document also stipulates that offers may be rejected if they are considered unbalanced pricing structures for the required tasks and options. This RFP is part of the USACE's ongoing efforts to maintain and upgrade its fleet and ensures compliance with government procurement regulations while aiming for efficient project completion.
Apr 15, 2025, 6:06 PM UTC
The document outlines the evaluation factors for awarding an Agreement for Boat Repair or Master Ship Agreement related to the US Army Corps of Engineers. To qualify, bidders must either possess an existing agreement with the Corps or be capable of entering one. Specifically, bids are restricted to facilities located along the Delaware River and Bay, including its tributaries, in preparation for the operational needs of the S/V H.R. SPIES, which is scheduled to operate in these waters in Fiscal Year 2025. This procurement process emphasizes the geographic limitation for eligible bidders and the necessity for prior agreements, ensuring that the services rendered align with the Corps’ operational requirements and jurisdiction.
Apr 15, 2025, 6:06 PM UTC
The document outlines the specifications and requirements for the repair and maintenance of the Survey Vessel (S/V) H.R. SPIES, detailing the scope of work, definitions, standards, and specific tasks related to hull and machinery repairs as per federal guidelines. The contractor is responsible for providing all labor, materials, and equipment required to execute tasks such as drydocking, hull painting, surface preparation, and engine service. Notably, the work involves inspections, testing, and adherence to safety and quality standards as dictated by the U.S. Army Corps of Engineers. Each work item specifies objectives, requirements for utilities and services, and protocols for handling hazardous materials, underscoring the importance of maintaining safety and engineering standards throughout the project. By clearly delineating responsibilities and compliance measures, the document ensures efficient management and accountability during the vessel's repair process, aiming for operational readiness and environmental compliance.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," focusing on comprehensive repair services including drydocking, hull cleaning, painting, and compliance inspections. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure the vessel meets operational and regulatory standards, with a performance period of 30 days from the vessel's delivery to the contractor's facility. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in environmental management and navigation safety. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Matthew Rhoads or Domenic Sestito via their provided email addresses, with the solicitation documents available exclusively on SAM.gov.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned drydock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is crucial for ensuring the operational readiness and safety of the vessel, which plays a vital role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
Hull Clean
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for hull cleaning services for the USCGC DAVID DUREN, scheduled between May 5 and May 24, 2025. The contractor will be responsible for cleaning the underwater surfaces of the vessel, renewing zinc anodes, and ensuring compliance with Coast Guard standards while preserving existing coatings. This procurement is critical for maintaining the operational readiness and integrity of the vessel, which is essential for maritime safety and security. Interested contractors must submit their firm fixed price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
CGC HICKORY DRYDOCK REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for unplanned drydock repairs for the USCGC HICKORY (WLB 212), a 225-foot Juniper-Class buoy tender. The scope of work includes essential tasks such as fire prevention requirements, hull inspections, thruster overhauls, and the provision of temporary services, with the anticipated performance period set from June 3 to June 17, 2025. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and environmental protection. Interested contractors must submit their business size status, including classifications such as HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business, by April 25, 2025, to ensure compliance with federal contracting regulations. For further inquiries, potential bidders can contact Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
60' Dive Support Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is soliciting proposals for the design and construction of a 60-foot Dive Support Boat intended for underwater maintenance and repair operations. This procurement is set aside for Historically Underutilized Business (HUBZone) firms, emphasizing the need for compliance with specific operational and technical requirements, including a maximum of 350 engine hours at delivery and adherence to stringent construction materials standards. The Dive Support Boat will play a critical role in supporting U.S. Navy divers during missions, ensuring operational readiness and safety. Interested contractors must submit their proposals by April 17, 2025, at 2:00 PM PDT, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Julian Garibay at julian.p.garibay.civ@us.navy.mil.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
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.
Emergency Object Removal - Delaware River
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is soliciting proposals for emergency object removal services in the Delaware River as part of the Philadelphia to Sea Deep Draft Navigation Project. The contractor will be responsible for retrieving, storing, transporting, and disposing of hazardous objects to enhance navigation safety and comply with environmental regulations, utilizing specialized equipment and adhering to strict safety protocols. This Total Small Business set-aside opportunity emphasizes the importance of maintaining navigational safety in the river system, with proposals due by April 21, 2025. Interested contractors should submit their quotes via email to the primary contact, Connor Struckmeyer, at connor.a.struckmeyer@usace.army.mil, and the contracting officer, Brandon Mormello, at brandon.r.mormello@usace.army.mil.
Floating Plant Vessel Repair IDIQ MATOC
Buyer not available
The U.S. Army Corps of Engineers – Norfolk District is seeking qualified contractors for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on floating plant vessel repair services. The procurement aims to provide cyclic and demand maintenance for various vessels, including mechanical, hydraulic, electrical repairs, and more, within a 100-mile radius of Norfolk, Virginia. This contract is crucial for maintaining the operational readiness of the Corps' fleet, which includes a range of vessels from a 104-foot derrick boat to smaller craft. Interested firms must respond to the sources sought notice by April 23, 2025, and can direct inquiries to Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL, with a maximum contract value of $5 million anticipated over a five-year period.
Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement focuses on the design, construction, and delivery of a vessel capable of performing multi-mission tasks, including Search and Rescue (SAR), law enforcement, and environmental protection, while ensuring compliance with stringent operational and safety specifications. This initiative is critical for maintaining the Coast Guard's readiness and effectiveness in high-risk maritime environments, with an estimated total evaluated price of $1,660,000 over a seven-year period. Interested contractors must submit their proposals by April 23, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil.