TD-208 Pusher Tug FY26 Dry Docking
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. Department of Transportation, Maritime Administration (MARAD) is soliciting proposals for the FY26 Dry Docking and Repair of the TD-208 Pusher Tug. This opportunity is a Total Small Business Set-Aside for services to be performed at the contractor's facility within the Hampton Roads area, VA. Quotes are due April 30, 2026, at 1:00 PM ET.
Purpose & Scope
MARAD seeks a contractor to provide all necessary labor, materials, and equipment for the drydocking and comprehensive repair of the TD-208 Pusher Tug. The scope includes a 45-day Period of Performance (POP) upon vessel delivery and tender. Key tasks involve:
- Dry docking, mooring, and associated services (crane, fire protection, compressed air).
- Vessel preparation, structural repairs, and ultrasonic testing.
- Zinc replacement, hull cleaning, and painting to specified standards.
- Fuel tank cleaning, coolant system service, and installation of Government Furnished Equipment (GFE) such as a Garmin Transducer/Chartplotter.
- Rudder and propeller work, including removal, inspection, reinstallation, and component replacement.
- Ensuring watertightness of main deck hatches and conducting satisfactory dock and sea trials. All work must comply with USCG, ABYC, USPHS, OSHA, and IEEE regulations.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order.
- Period of Performance: 45 days upon completion of delivery and tender.
- Place of Performance: Contractor's facility within the Hampton Roads area, VA (including James River, Elizabeth River, York River, Mobjack Bay, and their tributaries).
- Options: The contract may include options to extend services for up to 6 months.
Eligibility & Set-Aside
This is a Total Small Business Set-Aside (FAR 52.219-6). The applicable NAICS Code is 336611, with a small business size standard of 1300 employees. Quoters must be registered in the System for Award Management (SAM).
Submission & Evaluation
- Questions Due: April 16, 2026, 1:00 PM ET.
- Quotes Due: April 30, 2026, 1:00 PM ET.
- Submission Method: Via email to the Contracting Officer.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Technical Acceptability (including permits, driver credentials, SOP, experience), Past Performance, and Price.
- Award: A single purchase order will be awarded to the lowest-priced, technically acceptable, responsible quoter.
Key Requirements & Deliverables
Contractors must provide a drydocking report, Condition Found Reports (CFR), and ultrasonic testing reports. Strict adherence to safety precautions (e.g., gas-freeing certificates, NFPA 312) and proper disposal of all waste products are mandatory. The contractor must also provide office space with internet for the Owner's representative. Invoicing will be conducted electronically via the DOT's Delphi eInvoicing web portal, requiring Login.gov verification and specific invoice content.
Contacts
For inquiries, contact Mr. Cory Lynch at cory.lynch@dot.gov or 757-322-5822.