3573 HAYWARD Drydock
ID: W912BU25B0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," with a focus on comprehensive repair services including drydocking, hull cleaning, painting, and compliance with safety inspections. The contract requires bidders to provide detailed pricing for various repair tasks, ensuring adherence to ABS and USCG standards, and emphasizes the importance of contractor accountability in maintaining safety and environmental compliance throughout the project. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Corps' infrastructure capabilities. Interested contractors must submit their bids via the SAM.gov platform, and the period of performance is set for 30 days from the vessel's delivery to the contractor's yard, with inquiries directed to Matthew Rhoads or Domenic Sestito via their provided email addresses.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 2:04 PM UTC
The document outlines the Request for Proposal (RFP) details for various repair services required by the government related to hull and machinery repairs. It includes a price schedule with specific line items for required jobs, such as steelwork, welding seams, tank testing, and more, each listed with a placeholder for unit prices. All bidders must complete the price schedule, indicating either a dollar amount for each item or a "no charge (N/C)" if applicable; failure to do so will render their bids non-responsive. The government emphasizes the importance of balanced pricing and may reject offers that appear mathematically unbalanced, where some pricing is significantly undervalued compared to others. The evaluation of bids will be based on the total price for all specified items, though it does not obligate the government to proceed with indefinite items. Overall, the document aims to ensure a clear and competitive bidding process for necessary repair services while maintaining fiscal responsibility and regulatory compliance.
Apr 2, 2025, 2:04 PM UTC
The document outlines a Request for Proposal (RFP) issued by the U.S. Army Corps of Engineers for the maintenance and repair of the U.S. Drift Collection Vessel "HAYWARD." The contract involves a comprehensive scope of work, including hull repairs, machinery repairs, and specialized tasks such as drydocking, painting, inspections, and compliance with safety regulations. Bidders must provide detailed bids across various line items, each reflecting required labor and materials, with a total project evaluation based on combined costs. Key stipulations include a 30-day completion window post-vessel delivery, adherence to ABS and USCG standards, and a mandate for safety and environmental compliance, particularly during hazardous operations. The RFP emphasizes the need for contractor accountability in cleaning and gas-freeing processes, alongside detailed documentation of all work performed. Ultimately, the project aims to ensure the vessel's operational readiness and regulatory compliance, reflecting the government's commitment to maintaining essential infrastructure capabilities.
Lifecycle
Title
Type
3573 HAYWARD Drydock
Currently viewing
Solicitation
Similar Opportunities
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.
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.
M/V Muddy Waters Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for maintenance work on the M/V Muddy Waters under solicitation number W912EE25QA012. The project requires significant repairs, including the replacement of a CAT C7 marine engine, rebuilding of ZF gearboxes, and various additional maintenance tasks on the vessel. This procurement is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of technical capability and pricing in the evaluation process, with the lowest priced, technically acceptable offer being awarded the contract. Interested parties must submit their quotes electronically by following the specified guidelines, and for any technical inquiries, they are encouraged to utilize the ProjNet system. For further information, bidders can contact Jeff Smith-Lyon at jeffrey.l.smith-lyon@usace.army.mil or by phone at 601-631-7264.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215) under a combined synopsis/solicitation. The procurement aims to secure comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, to ensure the vessel's operational readiness. This contract is vital for maintaining the Coast Guard's maritime capabilities and safety standards, with a firm fixed price anticipated to commence on June 3, 2025, and conclude by September 1, 2025. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
James River Reserve Fleet (JRRF) , FB218 Drydock and Repair
Buyer not available
The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking quotes from small businesses for the drydocking and repair of the FB218 Storage Barge, as outlined in solicitation number 6933A225Q000008. The procurement involves a firm-fixed price purchase order for various maintenance services, including structural repairs, hull cleaning, and painting, with a performance period set from June 5, 2025, to September 2, 2025. This opportunity is crucial for maintaining the operational readiness and safety of federal vessels, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to attend a site visit scheduled for March 26, 2025, to familiarize themselves with project requirements. For further inquiries, potential bidders can contact William A. Wile at william.wile@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
DRYDOCK: USCGC RAZORBILL DD FY2026
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified sources regarding the drydock availability for the USCGC RAZORBILL (WPB-87332) to perform necessary repairs. The anticipated work includes hull preservation, tank cleaning, engine realignment, and various component renewals, with the performance period expected to span from November 4, 2025, to February 3, 2026. This Sources Sought Notice aims to gauge market capabilities in alignment with FAR guidelines, particularly focusing on small businesses under NAICS code 336611, and is intended to inform future competitive and set-aside decisions. Interested parties are encouraged to submit detailed information about their capabilities and past performance to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil by the specified deadlines.
CGC HEALY – Boat Engine, Auxiliaries, and Jet Drive Repairs - Amendment
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide repairs for the engine, auxiliaries, and jet drive systems of the Coast Guard Cutter HEALY (WABG 20). The procurement involves a Firm Fixed Price Purchase Order for comprehensive servicing, including tasks such as servicing the Cummins QSB6.7 diesel engine, replacing the raw water heating system, and troubleshooting engine start failures, all of which must adhere to Coast Guard standards and environmental protections. This opportunity is critical for maintaining the operational readiness of the cutter, with a preferred completion date set for May 8, 2025. Interested vendors must submit their quotes, including a SAM.gov registered UEI number, to the primary contact, Gordon Martinezdiaz, at gordon.a.martinezdiaz@uscg.mil, and are encouraged to arrange site visits for further clarification on the scope of work.
DRYDOCK: USCG OSPREY DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for drydock repairs of the USCGC OSPREY (WPB-87307), which is home ported in Port Townsend, WA. The project involves extensive work on hull plating, propulsion systems, deck preservation, and maintenance tasks on various components, with an anticipated duration of 64 days from November 18, 2025, to January 20, 2026. This sources sought notice aims to assess market capabilities and gather insights for future procurement, emphasizing the importance of ensuring that the necessary services can be effectively acquired. Interested companies should submit their qualifications, including business size and relevant past performance, to Christiana Rolack at christiana.a.rolack@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and are advised to register in the System for Award Management (SAM).
Maintenance, Repair, and Preservation of Beluga RCD Barge
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for a Firm-Fixed-Price contract to perform maintenance, repair, and preservation of a Beluga RCD Barge. The project requires contractors to have the capability to accommodate a barge measuring 240 feet in length and 60 feet in width, with specific tasks including steel repairs, inspections, and compliance with safety and environmental standards. This contract is crucial for maintaining the operational readiness of naval assets, with the vessel availability scheduled from June 23, 2025, to August 11, 2025. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by April 10, 2025, while addressing all amendments and requirements outlined in the solicitation documents. For further inquiries, contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Nathan DeGuzman at nathaniel.d.deguzman.civ@us.navy.mil.
J--Drydocking, inspection and repairs of EPA Research Vessel R/V LAKE EXPLORER II
Buyer not available
The Environmental Protection Agency (EPA) is seeking qualified contractors for the drydocking, inspection, and repairs of the EPA Research Vessel R/V LAKE EXPLORER II. The procurement involves a total small business set-aside firm-fixed price contract under NAICS Code 336611, which encompasses various repair and maintenance tasks, including hull inspections, underwater coating, and engine servicing. This contract is crucial for maintaining the operational integrity of the research vessel, which plays a significant role in environmental studies. Interested parties should note that the solicitation will be available on or after January 31, 2025, with all work expected to be completed within 12 weeks following the award, and inquiries can be directed to Ryan Schlenker at Schlenker.Ryan@epa.gov or (513) 569-7885.