USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
ID: 70Z08525QIBCT0007Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 8:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215) under a combined synopsis/solicitation. The procurement aims to secure comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, to ensure the vessel's operational readiness. This contract is vital for maintaining the Coast Guard's maritime capabilities and safety standards, with a firm fixed price anticipated to commence on June 3, 2025, and conclude by September 1, 2025. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.

Files
Title
Posted
The document outlines a Request for Quotation (RFQ) for unplanned dry-dock repairs to the U.S. Coast Guard Cutter SEQUOIA (WLB 215). It is a full and open competition, requesting contractors to submit bids that include all necessary materials, equipment, and personnel for repairs. The contract is a firm fixed price, anticipated to commence on June 3, 2025, and conclude by September 1, 2025. Questions must be submitted by April 17, 2025, with quotations due by April 21, 2025, and the award expected by May 5, 2025. Essential documentation requirements include past performance documentation, small business certification, welding certifications, and proof of insurance. Evaluation factors comprise past performance, price, and technical proposals, with a focus on the contractor's relevant experience. The document also includes costs associated with the contractor's location and outlines several Federal Acquisition Regulation (FAR) clauses regarding subcontractor disclosures and contractor responsibilities. The RFQ emphasizes full compliance with various regulations, including those under the National Defense Authorization Act regarding telecommunications services. Overall, this solicitation aims to secure reliable maritime repair services while adhering to strict regulatory compliance standards.
Apr 1, 2025, 11:04 PM UTC
The document outlines specifications for unplanned drydock main reduction gear repairs for the USCGC Sequoia (WLB-215) in Fiscal Year 2025. It details general requirements, critical inspection items, and specific work items such as fire prevention, main reduction gear overhaul, and drydock procedures. The scope includes renewing worn components of the main reduction gear, including seals and bearings, ensuring the system's full operability post-repair. Government-furnished items, service rules, references to Coast Guard publications, and necessary contractor qualifications for technical representatives are specified. The overarching aim is to ensure comprehensive maintenance and repair in compliance with safety and operational standards within designated timelines. This specification serves as a vital guide for contractors engaging in federal RFPs for the Coast Guard, ensuring adherence to necessary regulations and quality control measures during the repair process.
Apr 1, 2025, 11:04 PM UTC
The document outlines a Request for Proposal (RFP) for the US Coast Guard Cutter Sequoia (WLB-225B) regarding an unplanned drydock availability in fiscal year 2025. It specifies various required services, including fire prevention, reduction gear overhaul, drydocking, temporary cutter services, performance support during sea trials, and towing services. Each service is listed with associated job quantity and pricing information, although unit prices for some items are not specified (NSP). Additionally, it indicates a composite labor rate for operational hours and allows for laydays. The document seeks to provide clear expectations for contractors regarding the essential services needed for maintenance and readiness of the vessel, illustrating the importance of efficient procurement in federal operations related to maritime safety and vessel upkeep.
Apr 1, 2025, 11:04 PM UTC
The document is a Past Performance Information Form utilized in government Request for Proposals (RFPs) and grants, aimed at collecting key performance data from offerors. It includes sections for basic information such as the offeror's name, contract identifier, customer details, and points of contact, alongside vital metrics like the total dollar value of the contract and the period of performance. The form also requires a detailed description of work performed, demonstrating its relevance to the scope of the solicitation, as well as information on any subcontractors involved, including their contributions and the financial aspects of their work. This structured approach allows evaluators to gauge the past performance of bidders, ensuring they meet the necessary qualifications and experience to execute the proposed contract efficiently, thereby aiding in the selection process within government acquisition frameworks. The emphasis is on transparency and accountability in government contracting.
Apr 1, 2025, 11:04 PM UTC
The document outlines the procedures for submitting questions related to a specific government solicitation regarding maintenance and repair services, identified as RFQ Number 70Z085-25-Q-IBCTXXXX. It specifies that inquiries must be written and submitted using the "Request for Clarification" form, with one question per form. Offerors are required to include their firm’s name and are encouraged to send their queries via email to designated contacts. The deadline for submitting questions is October 23, 2019. This communication ensures clarity and transparency in the bidding process, allowing potential contractors to seek clarifications that may impact their proposals for the indefinite delivery/indefinite quantity (IDIQ) contract. Overall, the document serves as a procedural guide for potential offerors in navigating the solicitation process effectively.
Apr 1, 2025, 11:04 PM UTC
The United States Coast Guard Ombudsman Program (OPAP) provides a mechanism for interested parties to address concerns regarding unfair or defective procurement processes. The agency encourages the resolution of issues through the OPAP rather than escalating matters to external entities like the Government Accountability Office (GAO). Interested parties can initially engage informally with the contracting officer, and if unresolved, they may file a formal agency protest with either the contracting officer or the OPAP. The protest process is designed to be quicker and less expensive, with a goal to resolve issues within 35 calendar days. Protests must adhere to the guidelines set out in the Federal Acquisition Regulation (FAR), with timely submissions necessary to avoid dismissal. The document provides contact information for further inquiries, including an Ombudsman hotline and an alternative contact for additional assistance. This framework underscores the Coast Guard's commitment to fairness and transparency in its procurement processes, optimizing contractor engagement and issue resolution.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
DRYDOCK: USCGC RAZORBILL DD FY2026
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified sources regarding the drydock availability for the USCGC RAZORBILL (WPB-87332) to perform necessary repairs. The anticipated work includes hull preservation, tank cleaning, engine realignment, and various component renewals, with the performance period expected to span from November 4, 2025, to February 3, 2026. This Sources Sought Notice aims to gauge market capabilities in alignment with FAR guidelines, particularly focusing on small businesses under NAICS code 336611, and is intended to inform future competitive and set-aside decisions. Interested parties are encouraged to submit detailed information about their capabilities and past performance to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil by the specified deadlines.
DRYDOCK: USCGC SEA OTTER DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a ship repair contract for the USCGC SEA OTTER, focusing on dry dock maintenance for Fiscal Year 2025. The contract encompasses a range of maintenance tasks, including hull inspections, propulsion system repairs, and structural assessments, all aimed at ensuring the vessel's operational integrity and compliance with safety and environmental standards. This opportunity is particularly significant as it supports the Coast Guard's mission to maintain its fleet's readiness and safety while promoting participation from small businesses, as the contract is set aside for total small business participation. Interested contractors should reach out to Torrie Jones at Torrie.M.Jones@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with the performance period expected to commence on September 16, 2025, and conclude by November 18, 2025.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to identify potential contractors for the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of businesses to perform extensive maintenance tasks, including hull inspections and repairs of critical systems, which require coordination with original equipment manufacturers (OEMs). The performance period for this contract is set from January 27, 2026, to September 30, 2030, involving four planned drydocks and one emergent drydock, with interested parties required to submit a capability statement by April 27, 2025. For further inquiries, potential respondents can contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or by phone at 206-820-3678.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
DRYDOCK: USCG OSPREY DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for drydock repairs of the USCGC OSPREY (WPB-87307), which is home ported in Port Townsend, WA. The project involves extensive work on hull plating, propulsion systems, deck preservation, and maintenance tasks on various components, with an anticipated duration of 64 days from November 18, 2025, to January 20, 2026. This sources sought notice aims to assess market capabilities and gather insights for future procurement, emphasizing the importance of ensuring that the necessary services can be effectively acquired. Interested companies should submit their qualifications, including business size and relevant past performance, to Christiana Rolack at christiana.a.rolack@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and are advised to register in the System for Award Management (SAM).
USCGC SEA FOX DD Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock repairs of the USCGC SEA FOX (WPB-87374) under a total small business set-aside solicitation. The procurement involves comprehensive maintenance services, including hull preservation, inspections, and the renewal of various components, with a performance period scheduled from July 15, 2025, to September 16, 2025. This opportunity is crucial for maintaining the operational integrity of Coast Guard vessels, ensuring compliance with safety and environmental standards throughout the repair process. Interested contractors should contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details and to confirm receipt of the solicitation amendment by the specified deadline.
USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the FY25 dry-docking repairs of the Response Boat-Medium (RB-M) at the Station Los Angeles/Long Beach. The procurement involves comprehensive repair and maintenance tasks, including inspections, cleaning, and alterations to the vessel, with contractors required to provide all necessary labor, materials, and expertise as outlined in the solicitation documents. This contract is crucial for maintaining the operational readiness of the Coast Guard's maritime assets, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 5, 2025, and can contact Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil for further information.
DRY DOCK (DD) USCG BLUESHARK DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry dock services for the Coast Guard Cutter BLUE SHARK as part of a federal procurement initiative aimed at supporting small businesses, particularly Women-Owned Small Businesses (WOSB). The contract, classified as a Firm Fixed Price, requires a facility capable of accommodating a minimum water depth of 12 feet and a height clearance of 55 feet, with the performance period set from September 2, 2025, to November 4, 2025. This procurement is critical for maintaining the operational integrity of the vessel through various repair and maintenance tasks, including hull inspections and preservation activities, while ensuring compliance with federal standards and promoting inclusive economic opportunities. Interested contractors can reach out to Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details and to participate in the bidding process.
USCGC Joseph Doyle Dockside Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Joseph Doyle (WPC-1133) as part of a total small business set-aside procurement. The contract requires comprehensive maintenance services, including extensive work on the Main Diesel Engines (MDEs), inspections, and adherence to strict safety and environmental regulations. This opportunity is crucial for maintaining the operational readiness of Coast Guard vessels and supports the federal commitment to enhancing participation from women-owned small businesses in government contracting. Interested parties should contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, with the contract performance expected to take place in Florida during Fiscal Year 2025.