Topside Equipment Repair and Maintenance Aboard the Dredge Wheeler
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, New Orleans District, is soliciting proposals for Topside Equipment Repair and Maintenance Aboard the Dredge Wheeler. This Indefinite Delivery/Indefinite Quantity (IDIQ) Firm-Fixed-Price contract covers inspection, maintenance, and repairs to the dredge's hull, steel structures, dredging equipment, propulsion, and auxiliary systems. This is a Total Small Business Set-Aside. Proposals are due May 14, 2026, at 11:00 AM.
Scope of Work
The contractor will provide all necessary labor, supervision, tools, supplies, materials, equipment, machine shop facilities, and transportation (excluding government-furnished items) to perform comprehensive inspection, maintenance, and repairs. Specific tasks include disassembly, reassembly, new fabrication, and repair of critical components such as dredge pumps, piping, hydraulic systems, sluice valves, drag heads, turning glands, sliding carriages, service frames, hoisting frames, davits, deck winches, hull fittings, crane components, shafting, propulsion, and power generators. Work will primarily occur at the Corps of Engineers wharf in New Orleans, LA, but may require travel for emergency repairs.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm-Fixed-Price.
- Period of Performance: One (1) base year plus four (4) option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336611 (Shipbuilding and Repairing Commercial and Military Watercraft) with a 1300-employee size standard.
- Product Service Code: J019 (Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks).
- Estimated CLIN Values: Annual estimates include $250,000 for materials/parts/consumables and supplies, and $20,000 for meals/lodging.
Submission & Evaluation
- Proposal Due Date: May 14, 2026, at 11:00 AM.
- Submission Requirements: Proposals must be submitted in three volumes: Technical, Past Performance, and Price/Proposal Documentation, with specific requirements detailed in Section L.
- Evaluation Criteria: A trade-off process will be used. Non-cost factors (Technical Experience and Past Performance) are considered approximately equal in importance and, combined, are approximately equal to cost or price. Technical Experience encompasses Offeror Experience, Quality Control, Shop Facility & Equipment, and Schedule.
Additional Notes
Prospective offerors are encouraged to conduct a pre-proposal site visit; arrangements can be made by contacting Hung Quach at (504) 862-1150. The solicitation incorporates various FAR clauses by reference and includes a Performance Work Statement (PWS). The Service Contract Act wage determination applies. Primary Contact: Angela Day, Angela.C.Day@usace.army.mil, (504) 862-1047.