HAULOUT, INSPECTION, MAINTENANCE AND REPAIR OF RES
ID: 140G0224Q0200Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking qualified contractors for the haulout, inspection, maintenance, and repair of the Research Vessel ARCTICUS, with a contract period from November 1, 2024, to April 1, 2025. The procurement requires comprehensive services including hull inspections, machinery repairs, and adherence to safety and environmental regulations, ensuring the vessel's operational readiness for scientific research in aquatic environments. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of compliance with federal standards and ethical procurement practices. Interested parties must submit their proposals by September 10, 2024, and can contact Jason Harris at jharris@usgs.gov or 303-236-9316 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the maintenance and repair of the R/V ARCTICUS, a research vessel operated by the USGS Great Lakes Science Center. It details the requirements for drydocking, inspections, and repairs, ensuring compliance with USCG and USGS regulations. The contractor must provide all necessary labor, materials, and marine repair resources while adhering to safety protocols, reporting documentation, and condition found reports. Key tasks include hull inspections, coating requirements, and extensive work on machinery, valves, and systems, ensuring high-quality standards are met through proper installation and testing procedures. A focus is also placed on safety management, including the necessity for gas-free certifications and employee safety training. Furthermore, operational schedules, vessel cleaning, and environmental compliance are emphasized. This RFP serves to maintain the vessel's functionality and readiness while ensuring safety and regulatory adherence throughout the maintenance process.
    The U.S. Geological Survey (USGS) Great Lakes Science Center has outlined specifications for the maintenance and repair of the Research Vessel ARCTICUS, scheduled for drydocking after a five-year maintenance cycle. The contractor is responsible for all labor, materials, and marine repair resources necessary for the vessel's upkeep, including hull inspections, machinery repairs, and painting. A comprehensive safety plan adhering to OSHA regulations, including gas-free certifications and fire prevention measures, must be established. Regular reports, documentation of work items, and condition found reports are essential during maintenance. Critical tasks encompass hull cleaning, valve repairs, and refurbishing the coatings with specific standards from Sherwin-Williams. The contract emphasizes adherence to safety, effective documentation, and environmental compliance while providing defined timelines for project milestones. This specification documents procurement requirements consistent with government RFPs, ensuring that all maintenance work meets federal standards and operational readiness post-repairs. The overarching goal is to sustain the vessel’s effective operation for scientific research in aquatic environments.
    The document outlines the pricing schedule for the maintenance and repair of the research vessel ARCTICUS. It details various work items, including hull inspections, repairs, propeller refurbishments, and modifications, with options provided for certain tasks. The pricing structure is supplemented by labor rate categories, specifying shipyard labor costs, crane/forklift rates, and markup percentages on materials and subcontractors. Direct production man-hours for skilled labor are to be included in pricing proposals, covering various occupations such as welding, electrical work, and tank cleaning. Further, project management and engineering functions are considered to be part of the fully loaded rate for direct production man-hours. This document serves as a framework for cost estimation and labor allocation for maintenance work on the vessel, ensuring structured pricing as part of a federal RFP process aimed at securing qualified contractors for specialized maritime services.
    The document provides a detailed schedule of pricing for the maintenance and repair services of the research vessel ARCTICUS. It outlines various work items and associated costs, including essential operations like hauling, hull inspections, repairs, and modifications. Specific pricing categories include labor rates for shipyard personnel, crane/forklift usage, and markups for materials and subcontractors. The contractor’s fully loaded man-hour rate, which encompasses all direct production labor, is emphasized for negotiating any change orders. A range of skilled labor functions is indicated, such as welding, electrical work, and marine mechanics, along with project management and engineering tasks viewed as included in the labor rates. This document serves as a framework for potential bidders responding to a government Request for Proposal (RFP), ensuring transparency in costs and detailed specifications to maintain compliance throughout the contracting process. By highlighting labor categories and responsibilities, it facilitates effective budgeting and resource allocation for the maintenance of the ARCTICUS.
    The document is a comprehensive set of engineering drawings and specifications related to various components for marine equipment, particularly focusing on the structural and functional aspects of a vessel's net drum, propulsion systems, and fittings. It includes detailed arrangement, assembly plans, manufacturing tolerances, and parts lists (BOMs) tailored to civilian marine operations, emphasizing hydraulic requirements, lubrication guidelines, and material specifications. The outlined performance metrics specify maximum drum pull capabilities, speed, and other critical dimensions, ensuring compliance with standards set forth by involved companies like Burger Boat and Freeman Marine Equipment. The meticulous detail in the drawings serves to guide production while adhering to safety and engineering principles essential in the manufacturing of marine equipment. Overall, this document illustrates the intricate design and operational requirements behind marine fleet construction and maintenance, integral to fulfilling governmental RFPs and grants associated with maritime projects.
    This document appears to be a directory or contact information listing rather than a formal government RFP or grant proposal. It features repeated references to a physical address (70 Essex St., Mystic, CT 06355) along with contact details, including a phone number, fax number, and email address (jms@jmsnet.com). The contact specifics appear multiple times across the text but lack substantive content or context regarding any specific Request for Proposal (RFP), grant information, or project description. As such, its purpose seems to serve as a point of contact rather than conveying detailed information relevant to government contracts or funding opportunities. Overall, the file lacks the necessary details typically associated with formal governmental solicitations or funding applications, limiting its utility for analysis in that context.
    The document serves as an amendment to the solicitation identified by the number 140G0224Q0200, issued by the U.S. Geological Survey (USGS), modifying specific contract terms. The primary focus is the removal of Work Item 8.05, which involved the replacement of a port generator, from the project scope as outlined in Attachments A and B. Additionally, the due date for submitting offers has been extended to September 10, 2024, by 5:00 PM Eastern Daylight Time. The amendment also specifies the effective period of the contract, which is scheduled from November 1, 2024, to April 1, 2025, and indicates the type of award as a Firm Fixed Price. Details regarding acknowledgment of the amendment receipt and submission of offers are included, emphasizing compliance with provisions for amendments in government procurement processes. A contracting officer's information is provided for any necessary clarifications. Overall, this amendment reflects ongoing changes to ensure project clarity and compliance with federal contracting regulations.
    The document represents an amendment to a federal solicitation (No. 140G0224Q0200), issued by the USGS OAG Denver Acquisition Branch. It outlines the requirements for acknowledging receipt of the amendment by bidders and clarifies modifications related to existing contracts. Specifically, it addresses technical questions regarding the winterization of a vessel, emphasizing that it must be covered and kept in an environmentally controlled area during the winter layup, with heat provided by the contractor as USGS generator power will not be available. The offer due date remains unchanged at September 10, 2024, with a performance period from November 1, 2024, to April 1, 2025. The amendment is intended to keep all interested parties informed and ensure compliance with specifications required for the contract. The contracting officer for this solicitation is Jason Harris, and the document reiterates the unchanged terms and conditions of the solicitation, emphasizing the importance of timely acknowledgment to avoid the rejection of offers.
    The document presents a Request for Proposal (RFP) from the U.S. Geological Survey (USGS) for the maintenance and repair of the Research Vessel ARCTICUS. It outlines a firm fixed-price contract requiring contractors to provide necessary plant, equipment, labor, and materials for the project's duration from November 1, 2024, to April 1, 2025. The R/V ARCTICUS, home-ported in Cheboygan, MI, will be delivered to the contractor's facility on the Great Lakes for repairs, and accessibility for government personnel is mandated throughout the project. Key requirements include compliance with various federal guidelines, including the use of sustainable products, contractor performance assessments, adherence to wage determinations, and maintenance of liability insurance. The document elucidates specific clauses related to contract terms, service labor standards, and reporting on past performance, all emphasizing the government's commitment to ethical procurement practices and quality assurance. Overall, this RFP seeks qualified offers capable of fulfilling stringent federal requirements while ensuring the vessel's operational readiness and safety during the specified period.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Dock-side (DS): USCGC HEALY FY25 Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to perform dockside repairs on the USCGC HEALY for fiscal year 2025. The project entails comprehensive maintenance and inspection tasks, including critical repairs and structural upgrades, scheduled to take place from January 6, 2025, to May 8, 2025, at the cutter's home port in Seattle, Washington. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in Coast Guard missions. Interested small businesses must submit their quotes by October 17, 2024, at 3:30 PM Pacific Time, and can direct inquiries to primary contacts Robin B. Kloeppel or Andrew G. Jacobs via the provided email addresses.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    19--CERC Tracker Boat with Motor & Trailer
    Active
    Interior, Department Of The
    The U.S. Geological Survey's Columbia Environmental Research Center (CERC) is seeking proposals for the procurement of an 18-foot aluminum jet drive boat with a trailer, specifically designed for operation in shallow, high-gradient waterways for fishery research. The boat must be equipped with a Mercury four-stroke 80 HP outboard jet motor, a squared-off bow, and a minimum capacity rating of 2,000 lbs, along with specific trailer requirements to ensure safe transport. This acquisition is a Total Small Business Set-Aside, emphasizing participation from service-disabled veteran-owned small businesses, with the Request for Quote (RFQ) scheduled for issuance on August 30, 2024, and quotes due by October 8, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Oscar Dyson FSV Midlife Extension Program
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the Oscar Dyson Fisheries Survey Vessel's Midlife Extension Program. This federal contract focuses on extensive maintenance and upgrades to the vessel, including structural repairs, propulsion system repowering, and enhancements to electrical systems, all aimed at ensuring operational efficiency and compliance with safety standards. The project is critical for maintaining the vessel's capabilities in fisheries surveys and oceanographic research, with a total estimated cost of approximately $1.071 million. Interested contractors should contact Shawn Griscom at Shawn.Griscom@noaa.gov or 757-302-7783 for further details and to request reference documents, with the contract performance period extending until April 2027.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    CGC ALERT DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for the FY2025 dockside repairs of the USCGC ALERT (WMEC-630), which is home ported in Cape Canaveral, FL. The procurement aims to identify capable sources for a comprehensive scope of work that includes cleaning, inspecting, and potentially refurbishing various vessel components over a 59-day period starting May 5, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a significant role in maritime safety and security. Interested contractors should respond by September 30, 2024, and provide essential company information, including size classifications and necessary certifications, while ensuring they are registered with the System for Award Management (SAM). For further inquiries, contact Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at kaity.george@uscg.mil.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking and repair of the USCGC Kathleen Moore (WPC-154) during Fiscal Year 2025. The procurement involves a comprehensive scope of work that includes inspection and repair of critical vessel components, adherence to safety and environmental standards, and the development of a Preservation Plan for coating systems. This contract is vital for maintaining the operational readiness and integrity of the Coast Guard fleet, ensuring compliance with federal regulations throughout the repair process. Interested parties, particularly small businesses, must submit their proposals by the specified deadlines, with the anticipated period of performance running from January 14, 2025, to May 13, 2025. For further inquiries, contractors can contact Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.