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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking qualified contractors for the overhaul of the survey vessel H.R. SPIES. The procurement involves providing all necessary engineering, design, labor, materials, and services to execute the vessel's maintenance, which includes drydocking, hull inspections, painting, and various repairs, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard. This project is critical for maintaining the operational readiness of the vessel, which is scheduled to operate in the Delaware River and Bay during Fiscal Year 2025. Interested contractors must submit their proposals by May 13, 2025, and can direct inquiries to Matthew Rhoads or Domenic Sestito via their respective emails provided in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    This government document serves as an amendment to a solicitation for a contract (W912BU25BA011) issued by the U.S. Army Corps of Engineers, specifically the Philadelphia District. The primary purpose of the amendment is to extend the solicitation's submission deadline to May 13, 2025, at 2:00 PM EST. Additionally, it updates Section C of the Statement of Work (SOW) and removes the requirement for bid bonds. The amendment outlines that all other terms and conditions of the original solicitation remain unchanged. It specifies that acknowledgment of this amendment is essential for offers to be considered and provides instructions on how to confirm receipt. The document is structured methodically, clearly delineating various sections related to amendments, modifications, and contractor information. This amendment reflects typical procedural adjustments within government contracting processes, ensuring transparency and adherence to federal regulations while providing necessary updates for potential contractors.
    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.
    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.
    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.
    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.
    The document outlines the technical provisions and specifications for the drydocking and repair of the Survey Vessel H.R. SPIES. Key aspects include the contractor's responsibilities in providing all necessary engineering, labor, and materials to perform the required work on the vessel, including hull inspections, painting, and machinery service. It details operational standards, definitions, certifications, and specifications pertaining to workmanship, safety, and environmental regulations. The document emphasizes strict adherence to various codes and standards, including USCG and ABS guidelines, to ensure quality control and safety during the maintenance process. Specific work items, such as removing loose paint, replacing hull anodes, and servicing engines, are outlined with clear intents and descriptions. The overall purpose of this RFP is to ensure that the vessel's maintenance adheres to high operational standards while ensuring compliance with federal and state regulations, reflecting the government's commitment to effective fleet management and timely renovations.
    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
    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.
    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.
    DRYDOCK: USCGC STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    Hudson River FNC Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for the maintenance dredging of the Hudson River Federal Navigation Project in Haverstraw Bay, New York. The project involves the removal of approximately 200,000 cubic yards of shoals to a depth of -32 feet Mean Lower Low Water (MLLW), with the dredged material to be transported to a designated Historic Area Remediation Site (HARS) in the Atlantic Ocean. This maintenance dredging is critical for ensuring navigational safety and efficiency in the Hudson River Federal Navigation Channel, with the work anticipated to take place between August and November 2026, and an estimated contract value ranging from $10 million to $25 million. Interested contractors should contact Adrian Stafford-Browne or Nicholas P. Emanuel via email for further details and to participate in the market survey regarding their capabilities.
    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.
    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.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    W912EE26RA006 - Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract (MATOC) focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. The procurement aims to secure fully operated dredging services, including the necessary personnel and equipment, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. This contract is crucial for maintaining navigable waterways and supporting civil engineering projects, with an estimated contract capacity of $99.5 million over a five-year period. Interested vendors should note that the solicitation is expected to be released around January 2026, with proposals due in February 2026, and can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further information.