3228 CESWG Survey Vessel
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
The Marine Design Center (MDC) of the U.S. Army Corps of Engineers (USACE) is issuing a Request for Proposal (RFP) solicitation to acquire an aluminum catamaran hydrographic survey vessel, conforming to commercial standards. The vessel acquired under this solicitation will be used to support the Galveston District (SWG) of the USACE in their mission of maintaining navigable waterways along the Texas coast of the Gulf of Mexico. The survey vessel will have a centerline-moon-pool deployed survey transducer strut system. If determined by the designer, the catamaran hull may incorporate a hydrofoil support system. The Contractor assumes complete responsibility for building the survey vessel according to this specification, the Contract Drawings, and the documents that are called for in this procurement, to meet the requirements of this Contract. Contractor will be required to fabricate and deliver the vessel to the Government. Delivery and final acceptance will be at the :U.S. Army Corps of Engineers. Army Engineer District, Galveston There will be liquidated damages associated with this procurement Bid guarantee, payment, and performance bonding will be required. Hard copies will not be available. No written or fax requests will be accepted. Contractors may download the solicitation (including drawings) and any amendments via the hyperlink to the Sam.Gov website, www.sam.gov, on (or after) the issue date. The official media of distribution for the IFB is the Web. All amendments to the IFB will be posted to the Sam.Gov website. It is the offeror?s responsibility to monitor the website in order to access the solicitation. Offerors are responsible for printing copies of the IFB and any amendments. NAICS code is 336611 ? Ship Building and Repair. Offerors shall submit any questions they may have in writing to Matthew Rhoads at Matthew.T.Rhoads@usace.army.mil and Domenic Sestito at Domenic.L.Sestito@usace.army.mil. NOTE: Offerors shall submit all questions and requests for clarifications no later than 2:00PM EST on 28 August 2025. The decision to respond to questions and requests for clarification received after this time and date shall be at the discretion of the Contracting Officer. All contractors are required to be registered in the System for Award Management (SAM) before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the SAM website at www.sam.gov. Instructions will be included in the solicitation. Also, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://www.vip.vetbiz.gov/.******In the PIEE module, please click on the W912BU25RA018 link at the bottom left of the page to view the attachments.************************************* AMD 0001 - RFP EXTENDED TO 9/12/2025***************************************************** amendment 0004 posted.***********