USACE Survey Vessel RANDY S. CUMMINGS Dry Dock 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), San Francisco District, is soliciting offers for Dry Dock Services for the Survey Vessel RANDY S. CUMMINGS. This Total Small Business Set-Aside opportunity (Solicitation W912P726QA008) requires comprehensive maintenance, repair, and inspection services at the contractor's facility, with an anticipated place of service in Sausalito, California. Quotes are due by May 26, 2026, at 12:00 PM PDT.
Scope of Work
The contractor will provide all necessary job planning, programming, scheduling, administration, inspection, and management for dry docking, maintenance, repair, and inspection services. Key tasks include:
- Dry Docking: Docking, berthage, pressure washing, sonic survey, hull cleaning, antifouling paint renewal, zinc anode replacement, and inspection/replacement of through-hull sea water valves.
- Vessel Systems: Inspection and repair of shafts, sterns, rudders, propellers, engine/transmission, and steering systems (including overhaul and added redundancy).
- Hull & Deck: Above waterline hull blasting and lettering, main deck services (crane/capstan removal, control station work, blasting/painting, hatch/scuttle/locker services, cargo davit installation, cabin lock installation, bow boarding redesign).
- Interior & Electrical: Interior lighting, bilge pump replacement, tank monitoring systems, fuel tank services, electrical system troubleshooting and repair (isolation transformer, 24V DC system, shore power plug, AC panel rebuild).
- Safety & Other: Life raft/mount installation, life ring/holder installation, MOB ladder, navigation lights, window de-frosting system upgrade, main switch panel construction, incline experiment, and ballast placement (up to 15,000 lbs). Services must adhere to specified standards, with a Quality Control Program (QCP) required within 30 days of award.
Contract Details
- Contract Type: Firm-Fixed-Price (implied from PWS and solicitation).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336611, Ship Building and Repair (Size Standard: 1000 Employees).
- PSC Code: J019, Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks.
- Period of Performance: Not to exceed 120 days from date of award.
- Place of Performance: Contractor's facilities, with services anticipated in Sausalito, California.
Submission & Evaluation
- Submission Method: All offers must be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Bidders should refer to the provided PIEE instructions for vendor access, proposal management, and offer submission.
- Required Submissions: Completed Standard Form 1449 (blocks 12, 17, 23, 30), Offeror's information, UEI, responses to provisions, statement of agreement with terms, capability statement (Technical), Past Performance (using the provided NAVFAC / USACE Past Performance Questionnaire (PPQ) or CPARS), and Price (SF 1449 with backup documentation). Active SAM registration is required.
- Evaluation Factors: PRICE, TECHNICAL, and PAST PERFORMANCE, in accordance with FAR 52.212-2.
Key Dates
- Questions Due: May 11, 2026, 12:00 PM PDT.
- Quotes Due: May 26, 2026, 12:00 PM PDT.
- Published Date: April 24, 2026.
Contact Information
- Primary Contact: James Neal, james.neal@usace.army.mil, 415-503-6891.
- Site Visit Coordination: Adam Leach, adam.g.leach@usace.army.mil, (415) 289-3051.
Additional Notes
Offerors are responsible for monitoring PIEE and SAM.gov for any changes or amendments. The full text of referenced FAR provisions and clauses can be accessed at www.acquisition.gov.