Tampa Harbor Liftboat Charter Services
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 (USACE) Savannah District anticipates issuing an RFQ (W912HN26QA017) for Tampa Harbor Liftboat Charter Services in Tampa, Florida. This pre-solicitation notice indicates a forthcoming C-Type Stand-alone contract for a Total Small Business Set-Aside. The solicitation is expected to be released on or about May 15, 2026.
Scope of Work
The contractor shall provide a self-propelled lift-vessel capable of operating in 50-feet of water to support USACE drilling operations within the Tampa Harbor entrance channel. The lift-vessel must provide a safe, stable work platform, be fully manned, and capable of jacking up a minimum of 60 feet above the seafloor with a moon-pool. It requires onboard water pump, electrical generation, restrooms, and crane capacity (32,000lbs). A crew boat for daily transport of drilling crews and supplies, adequate dock space, and storage for a pickup truck and semi-tractor/trailer are also required. The contractor is responsible for securing the drill rig (CME 850XR specifications provided in Appendix 1), constructing a rod-trough, and ensuring sufficient working area. Operations will be 12-hour shifts, with an estimated 187 days of drilling. HYPACK capability for navigation and boring location is necessary. Safety is paramount, requiring an Activity Hazard Analysis and compliance with USACE safety manuals.
Contract & Timeline
- Contract Type: C-Type Stand-alone (RFQ Part 12)
- NAICS Code: 532411 ($45.5M size standard)
- PSC Code: W019
- Set-Aside: Total Small Business
- Anticipated Solicitation Release: On or about May 15, 2026
- Estimated Work Start: July 2026
- Estimated Work Duration: 187 days from start of drilling operations
Evaluation Factors
Award will be made to the most advantageous offeror, considering price and non-price factors in descending order of importance:
- Price: Evaluated for lowest total price over 187 days, reasonableness, and balance (mobilization/demobilization vs. daily rates).
- Past Performance: Evaluated for relevance and quality in providing lift-boats, jack-up barges, or similar elevated marine platforms, and performance on marine construction support or geotechnical drilling support.
The Government intends to award without discussions, so offerors should submit their best terms initially.
Additional Notes
Offerors must maintain active registration in SAM.gov (System for Award Management) and have an active Proposal Manager role in PIEE (Procurement Integrated Enterprise Environment) Solicitation Module, as this will be the only authorized method for quote submission. The contractor assumes liability for personal injury/property damage and must maintain adequate public liability, property damage, and Workers’ Compensation insurance. The Government will not be liable and will be indemnified by the contractor. Contact Paul R. Gaeth (Contracting Officer) or Alicia Scott (Contract Specialist) for this acquisition.