Loading...
W912HN26QA017
Response Deadline
May 15, 2026, 1:00 PM(EDT)16 days
Eligibility
Contract Type
Presolicitation
Pre-Solicitation Notice Synopsis For
W912HN26QA017 – Tampa Harbor Liftboat Charter Services
The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Quote (RFQ) W912HN26QA017 for Tampa Harbor Lift boat Charter Service.
Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no quotes are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract.
This Acquisition will be solicited using RFO Part 12. The NAICS Code is 532411 with a size standard of $45.5M. PSC Code: W019
Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 15 May 2026. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted.
Title of Requirement: Tampa Harbor Lift Boat Charter Service
Description of Requirement: The Contractor shall provide a self-propelled lift-vessel capable of operating within 50-feet of water to support drilling operations within the entrance channel of the Tampa Harbor in Tampa Florida. The purpose of using a lift-vessel is to provide a safe, stable, work platform for USACE drilling crews while drilling operations are underway. The lift-vessel shall be fully manned and capable of supporting drilling operations within the entrance channel of Tampa Harbor, FL. The estimated number of days to complete the drilling mission, including weather delays, is 187 days; this does not include the time to mobilize the vessel to Tampa Harbor, FL. The estimated number of days may change depending on customer needs. The Contractor shall also supply a crew boat to transport the drilling crew and any supplemental supplies to and from the lift-vessel; a crane capable of lifting 32,000lbs to load and unload the drill rig and supplies. The Contractor will supply adequate dock space to load and unload necessary supplies and equipment for use in the proposed contract. In addition, the contractor shall provide adequate space to store a pickup truck and semi-tractor and trailer for the duration of the project.
The contractor shall be responsible for securing the drilling rig to the vessel using a certified welder. A rod-trough that extends beyond the bow of the vessel shall be constructed to accommodate rod string lay-downs during drilling operations. The contractor shall provide sufficient working area around the drill rig to allow the crew to safely conduct drilling operations; this may require construction of additional deck space. See Appendix 1 for drill rig specifications.
Lift-Vessel Requirements. The lift-vessel shall be self-propelled, be capable of jacking up a minimum of 60 feet above the seafloor and have a moon-pool to allow the drill string to be lowered through the deck to the seafloor. Onboard water pump, electrical generation, restrooms and crane capacity is required. The vessel shall be in compliance with established US Coast Guard guidelines and regulations.
The Contractor shall provide a crew boat capable of safely transporting the drilling crews and any supplemental supplies safely from the dock to the lift-vessel moored offshore. Crew will be transported from the mainland and returned after daily drilling activities each day.
Work Day. The Contractor shall ensure that the vessel and crew are prepared to conduct 12-hour operations. One (1) USACE drilling crew will conduct 1-drilling shift within a 12-hour period. One drilling shift shall consist of a ten (10) hour day, with two hours allocated for transport on and off the vessel by a crew boat.
Survey and Elevations. The Contractor shall provide HYPACK capability to assist with navigation and locating of the borings, and ocean floor depth. All horizontal locations shall be given in FL state plane international feet coordinates referenced to North American Datum 1983. Any vertical elevation corrections will be referenced to Mean Lower Low Water.
Safety. Safety of all parties is a major concern. The drilling work is to have no effect on navigation and must comply with all requests from the Coast Guard and the Port Captain. The Contractor shall submit an Activity Hazard Analysis to the Savannah District Safety Officer for potential hazards associated in operating a lift vessel within the navigation channel in offshore environments. The USACE drilling agency, in turn, shall comply with guidance established in the Corps of Engineers Safety Manual, EM 385-1-1, dated 15 MAR 2024. All personnel shall be properly clothed and protected for working on the water. As a minimum, hard hat, steel toed safety boots, personal flotation devices, eyewear, and hearing protection will be utilized. Drinking water will be on hand to prevent dehydration. The Savannah District reserves the right to halt drilling operations for any safety violations
Schedule. The schedule for this work is as follows: Begin Work (Estimated): July, 2026.
Finish Work (Estimated): 187 days from start of drilling operations.
Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System {SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored.
Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project.
If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation.
Registrations: System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror.
Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for quotes/bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.
Proposed 52.212-2 (See Solicitation for official guidance)
The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is most advantageous to the Government, considering price and non‑price factors. The following evaluation factors shall be used, listed in descending order of importance:
1. Price
Price will be evaluated for:
2. Past Performance
The Government will evaluate the relevance and quality of the offeror’s past performance in the following areas:
Offerors are encouraged to submit their best terms with their initial offer, as the Government intends to evaluate and award without discussions.
Contractor Liability for Personal Injury and/or Property Damage
The Contractor assumes responsibility for all damage or injury to persons or property arising from the use, maintenance, or operation of the Contractor’s vehicles, vessels, equipment, or from the actions of the Contractor’s employees or agents.
The Contractor shall, at its own expense, maintain adequate public liability and property damage insurance during the performance of this contract to cover all such claims.
The Contractor shall maintain Workers’ Compensation and any other legally required insurance for its employees and agents.
The Government shall not be liable for any damage or injury arising from the Contractor’s operations, equipment, or personnel. The Contractor shall indemnify and hold the Government harmless from all such claims.
Point of Contacts: For this acquisition, the Contracting Officer is Paul R. Gaeth whose e-mail address is paul.r.gaeth@usace.army.mil and the Contract Specialist is Alicia Scott whose email address is alicia.d.scott@usace.army.mil.
This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no quotes are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract.
Attachments:
SOW Appendix 1
Paul Gaeth
Alicia Scott
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION SOUTH ATLANTIC
ENDIST SAVANNAH
W074 ENDIST SAVANNAH
W074 ENDIST SAVANNAH
KO CONTRACTING DIVISION
100 W OGLETHORPE AVE
SAVANNAH, GA, 31401-3604
NAICS
Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
PSC
LEASE OR RENTAL OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)