Tank and Bilge Cleaning 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. Coast Guard (USCG), under the Department of Homeland Security, is soliciting proposals for Tank and Bilge Cleaning Services for USCG Vessels at the U.S. Coast Guard Yard in Baltimore, MD. This is an unrestricted solicitation for a Requirements contract with fixed-price delivery orders. Proposals are due February 25, 2026, at 1:00 PM EST.
Scope of Work
The required services include comprehensive cleaning of various tanks (e.g., diesel oil, hydraulic oil, waste oil, ballast water, potable water, sewage effluent) and bilges (e.g., engine room, motor room, storage compartments). Cleaning must meet specific conditions (A, B, or C), potentially requiring gas-free certification for hot work. The scope also includes Marine Chemist services for "Atmosphere Safe for Workers" and "Safe for Hot Work" certifications (NFPA 306), and power washing services for underwater hulls and appendages (3,000-5,000 psi), including containment and disposal of wash water and debris.
Contract Details
- Contract Type: Requirements contract with fixed-price delivery orders.
- Duration: One 12-month base period and four 12-month option periods.
- Set-Aside: Unrestricted.
- NAICS Code: 541380 (Engineering Services) with a $19 million size standard.
- Product Service Code: S222 (Waste Treatment And Storage).
- Place of Performance: U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226.
Key Requirements & Compliance
Offerors must demonstrate capabilities including hazardous material hauling licenses, disposal site certification, and provide equipment lists (e.g., vacuum trucks, pressure washers, gas analyzers). A "Competent Person" (29 CFR §1915) for gas-free testing, a Spill Response Plan, and a Fall Protection Plan are mandatory. Contractors must have an agreement with an NFPA-certified Marine Chemist. Personnel must be U.S. citizens or lawful permanent residents, requiring background checks (RAPIDGate or TWIC). Compliance with OSHA Shipyard Industry Standards (29 CFR 1915), federal, state, and local environmental regulations, and specific CG Yard plans (EMS, SWPPP, SPCC) is critical. The contractor is responsible for proper disposal of all removed materials and containment of water offsite; the CG Yard will not provide a frac tank. PCBs were not present in bilge water historically.
Submission & Evaluation
Proposals are due by February 25, 2026, at 1:00 PM EST. Submissions must be in three volumes: Technical Approach (25-page limit), Past Performance (2-page limit per reference), and Price. The award will be made on a Lowest Price Technically Acceptable (LPTA) basis, with price evaluated first, followed by the technical acceptability of the lowest-priced offer. The government intends to award without discussions, so initial proposals should represent the best terms. A minimum acceptance period of 120 calendar days is required. Offerors must complete Attachment 2 – Price Schedule.
Important Notes
Amendment A00001 clarified that the Coast Guard Yard will not provide a frac tank for offloading, and the contractor is responsible for containing and disposing of water offsite, ensuring it does not enter drains or the CG Yard's water system. It also confirmed that PCBs were not present in bilge water in the past. This amendment also extended the proposal due date. Required insurance includes Ship Repairer's Liability ($500,000) and Comprehensive General Liability ($500,000).