USCG STRATTON FY25 FQ4 DS
ID: 70Z08525QLREP0008Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

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

    The Department of Homeland Security, through the U.S. Coast Guard (USCG), is seeking proposals from qualified small businesses for dockside repairs on the USCGC STRATTON (WMSL-752) during Fiscal Year 2025, Quarter 4. The contract requires the selected vendor to provide all necessary labor, materials, and services to execute comprehensive maintenance and repairs, ensuring the vessel's operational readiness. This procurement is critical for maintaining the functionality of the National Security Cutter, which plays a vital role in maritime security operations. Interested contractors must submit their proposals by June 20, 2025, with additional deadlines for requests for technical packages and clarifications set for June 11 and June 12, 2025, respectively. For further inquiries, contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Robin B. Kloeppel at robin.b.kloeppel@uscg.mil.

    Files
    Title
    Posted
    This document serves as Amendment 001 to the solicitation 70Z08525QLREP0008, issued by the USCG Surface Forces Logistics Center in Alameda, CA, on June 10, 2025. Its primary purpose is to amend the proposal due dates for the USCGC STRATTON FY25 FQ4 DS Solicitation, extending the proposal deadline to June 20, 2025, at 1100 PST. Additionally, it sets new deadlines for requests for technical packages and additional drawings to June 11, 2025, at 1200 PST, and for requests for clarification (RFCs) to June 12, 2025, at 1200 PST. The amendment specifies that all other terms and conditions of the solicitation remain unchanged and fully in effect. Acknowledgments of this amendment are required to prevent offers from being rejected. The document was signed by Contracting Officer Robin B. Kloeppel, ensuring formal communication regarding these critical adjustments in the bidding process for this Coast Guard project.
    The document is an amendment to a solicitation for contracting with the U.S. Coast Guard relating to the USCGC Stratton for fiscal year 2025. Specifically, it addresses inquiries from offerors regarding the requirements and clarifications needed for the proposal process. The amendment responds to two primary questions: the identification of valve tags for the Reverse Osmosis System Relief Valves and the clarification of preservation requirements for bilge surfaces. The Coast Guard confirms that valve information has been provided previously and clarifies that the 439 square feet listed in the table refers to the entire bilge area and emphasizes that the preservation is partial, as per the referenced table in the solicitation. The amendment aims to ensure that all parties have the necessary information to submit informed offers, thereby maintaining the integrity of the U.S. Coast Guard's procurement process. The document outlines the acknowledgment and submission procedures for offerors and confirms that all other terms remain unchanged.
    The document outlines the pricing schedule for dockside availability tasks related to the USCGC Stratton (WMSL-418) for fiscal year 2025. It lists various inspection and maintenance jobs required for several on-board systems, including fuel tanks, air conditioning and refrigeration plants, anchor windlass, and more. Each item on the schedule indicates a job requiring inspection or grooming, along with quantities and unit prices, all of which are currently marked at $0.00. The total prices for both definite and optional items are also shown as $0.00. This pricing schedule is part of a Request for Proposal (RFP) process aimed at obtaining bids for essential maintenance services on the vessel, emphasizing the importance of regular inspections and upkeep for operational readiness while adhering to federal guidelines and standards. The document serves as an official record to facilitate contractor engagement and budget planning for the USCGC Stratton’s maintenance needs.
    The document outlines specifications for dockside repairs to the USCGC Stratton (WMSL 752) in fiscal year 2025, detailing the general requirements and specific work items necessary for comprehensive maintenance. This includes cleaning and inspecting various fuel and water storage tanks, conducting certifications for relief valves, performing system grooming for air conditioning and refrigeration plants, and ensuring the functionality of cargo handling equipment. The contract also mandates critical inspections within a specified timeframe and involves the provision of government-furnished property required for the repairs. Additionally, the document lists references and guidelines for contractors, emphasizing compliance with environmental regulations and safety measures. Specific requirements for inspections, operational tests, and preservation processes are outlined to maintain the ship's operational readiness and structural integrity. Furthermore, the report ensures all tasks are performed under supervision, with thorough documentation required throughout the project. This specification serves as a framework for contractors responding to the federal government RFP, ensuring quality, safety, and compliance with Coast Guard standards across all repair tasks.
    The file outlines a consolidated list of references related to the specifications for the STRATTON DS FQ4 FY25, primarily intended for contractors engaged in government projects with the Coast Guard. It details various Coast Guard drawings, technical publications, and standard specifications, emphasizing the availability of documents at no cost to contractors upon request. Key blueprints are listed, including general arrangements and diagrams for multiple systems (e.g., bilge, AFFF, cooling systems), as well as technical publications relevant to operational and maintenance requirements. The document also incorporates standards by various organizations such as ASNT and AWS, regulatory frameworks including the Occupational Safety and Health standards, and additional technical manuals pertaining to naval systems. The intent is to ensure that contractors use the proper and updated documentation throughout the contract process, promoting compliance and standardization within federal RFPs and grants involving maritime operations and maintenance. This structured reference is crucial for maintaining safety and operational efficiency in Coast Guard projects.
    The Past Performance Information Form is a critical component of the federal solicitation process, specifically for solicitation number 70Z08525QLREP0008. It collects essential details regarding an offeror's previous contracts to assess their qualifications and performance history. The form requires information about the contract, including the contract number, customer details, and points of contact. Offerors must provide the total dollar value of the contract and the period of performance. A detailed account of the work performed is necessary to demonstrate the relevance of past experiences to the current solicitation's scope. Additionally, ratings received from prime contractors, information on subcontractors utilized, and the extent of their work must be documented, along with their financial implications. This structured approach not only evaluates the offeror’s capabilities but also aids in making informed decisions about potential federal contracts.
    The document is a Request for Clarification concerning Solicitation No. 70Z08525QLREP0008. It outlines the process for offerors to submit questions regarding the solicitation in writing using a specified “Request for Clarification” form. Each question must be submitted individually and must include the offeror's firm name. Queries should be directed via email to designated points of contact as indicated in the solicitation details. The purpose of these clarifications is to ensure that all potential offerors have a clear understanding of the solicitation requirements, thus promoting fair competition and effective bid submissions. The structure of the document includes a standard format for submitting questions, with sections for the offeror's name, solicitation number, and specific details about the queries, allowing for organized communication between offerors and government representatives. This process highlights the importance of transparency and clarity in government procurement activities.
    The Government Property Report is a structured document outlining the requirements for contractors to report on government property received during the performance of a specified contract (Solicitation No. 70Z08525QLREP0008). It mandates contractors to document important details such as property type, value, dates received and installed, current location, and disposition instructions for various property categories (serviceable, salvage, scrap). The report must include certification from both the Property Administrator and the Contractor, confirming accountability for all items under the contract. Adhering to the disposition instructions is crucial, and this report must accompany the contractor's final invoice, ensuring transparency and compliance in government contract management. The focus of the document aligns with federal procurement practices, emphasizing the accurate tracking and proper handling of governmental assets throughout a project lifecycle.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines the responsibilities and obligations of individuals accessing Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive but Unclassified (SBU) information. Signatories must comply with the PCII program established under the Critical Infrastructure Information Act of 2002 and follow the applicable regulations and procedures for handling sensitive information. The NDA emphasizes the importance of safeguarding such information, prohibiting unauthorized disclosures, and ensuring accountability through reporting any security violations. It establishes that violations may lead to consequences, including loss of access to information, administrative action, or criminal charges. Signatories also agree to return any sensitive materials upon completion of their services to avoid unauthorized access. This NDA reflects the DHS’s commitment to maintaining national security and protecting sensitive information from misuse, critical for entities involved in federal grants, RFPs, and other government contracts.
    The document is an Independent Contractor Estimate from the U.S. Coast Guard, specifically focused on work related to the USCGC Stratton. It outlines the components required for the project, categorized into summaries of labor, subcontractor costs, materials, and total estimates. All sections indicate costs and quantities, predominantly marked as zero, suggesting that the specifics have yet to be determined. The estimate states the necessity for an extension of days for project completion and requests a detailed price proposal from contractors within a specified timeframe. It also emphasizes that any agreement on price and performance conditions will lead to a modification of the contract and that all previous terms apply. The overall goal is to gather cost estimates for the labor and materials involved in the project while ensuring compliance with government regulations and expectations for performance standards.
    The Women-Owned Small Business (WOSB) solicitation is for the United States Coast Guard (USCG) requesting proposals for dockside repairs on the Cutter STRATTON (WMSL 752) during Fiscal Year Quarter 4 of 2025. The contract will be a firm-fixed-price requirement that includes the provision of all necessary labor, materials, and services for repairs, with a performance period ending November 25, 2025. Interested contractors must meet specific requirements, including recent experience in similar projects, timely communication regarding proposal submissions, and compliance with safety and environmental regulations. Proposals should include an itemized price breakdown, submit via specified email addresses, and include necessary documentation by the deadlines provided. The solicitation emphasizes that this is a total small business set-aside, with a size standard of 1,300 employees under the NAICS code 336611. Additionally, the document outlines procedures for addressing any agency protests, hazardous waste management, and securing access to the USCG facility, while ensuring compliance with all relevant federal, state, and local regulations. The overall aim is to ensure a fair and efficient bidding process, aligned with the mission of the USCG to obtain high-quality services while supporting small businesses.
    Lifecycle
    Title
    Type
    USCG STRATTON FY25 FQ4 DS
    Currently viewing
    Solicitation
    Similar Opportunities
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    DRYDOCK: USCGC STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    USCGC Kathleen Moore DS FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.