Steam Boiler Rebuilds
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.
Quick Summary
The U.S. Army Corps of Engineers - Vicksburg District is conducting a Sources Sought / Request for Information (RFI) to identify Large Businesses capable of performing Steam Boiler Rebuilds on Quarterboat 9901 at the USACE Vicksburg, MS harbor. This is for market research purposes only and is not a solicitation. Capability Statements are due by May 13, 2026.
Purpose & Scope
This RFI seeks to gather information from qualified Large Businesses for the rebuild of two steam boilers. The work involves providing all labor and materials for comprehensive repairs and replacements. Key tasks include:
- Replacing main control and power units with PowerFlame burner control units.
- Replacing low water alarm system components, probes, safety switches, valves, and pressure control components.
- Replacing factory door hinges, bolts, clips, insulation rope, and door insulation.
- Performing Eddy current testing on main tubes and providing documentation.
- Replacing main blowdown valve controls and installing a new hot well system (water tank, motor/pump combinations, controls).
- Installing a main line blowdown/drier system, new E-stop switches, and CO2 monitors.
- Performing complete cleaning of the stack system.
Contract Details
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 332410 (Power Boiler and Heat Exchanger Manufacturing)
- Size Standard: 750 employees
- Set-Aside: None specified, explicitly targeting Large Businesses.
- Place of Performance: Mat Sinking Unit, 2577 Haining Rd, Vicksburg, MS, 39183.
- Period of Performance: All work must be completed no later than July 31, 2026.
- Special Requirements:
- All components must have a minimum one-year parts and labor warranty.
- Contractor personnel must comply with DoD and Army security training, including NCIC-III and TSDB vetting.
- Compliance with FAR clause 52.222-54 (Employment Eligibility Verification) using E-Verify.
- Prime contractor must perform at least 50% of the contract work with their own employees (FAR 52.219-14).
Submission Requirements
Interested Large Businesses must submit a Capability Statement by May 13, 2026, 4:30 p.m. (central time) via email to Alexandria Long (Alexandria.E.Long@usace.army.mil). Submissions should include:
- Company name, address, point of contact, phone, email, CAGE code, and business size under NAICS 332410.
- Evidence of capabilities for three recent comparable projects (not more than five years old), including contract details, value, and points of contact for validation.
- Experience with Government contracts.
- Appropriate documentation, literature, brochures, and past performance information with references.
- Company's CAGE Code and UEI number.
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation or promise to issue one. The Government will not pay for information submitted.