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 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 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). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.

Files
Title
Posted
Apr 21, 2025, 12:05 PM UTC
Apr 21, 2025, 12:05 PM UTC
Apr 21, 2025, 12:05 PM UTC
Apr 21, 2025, 12:05 PM UTC
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 21, 2025, 12:05 PM UTC
Apr 21, 2025, 12:05 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 21, 2025, 12:05 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 21, 2025, 12:05 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 21, 2025, 12:05 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 21, 2025, 12:05 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.
Dry-Dock: USCGC RELIANCE FY25 DDS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the dry-dock maintenance of the USCGC Reliance (WMEC-210A) during Fiscal Year 2025. The procurement involves comprehensive repair and preservation tasks, including hull inspections, preservation of underwater components, and maintenance of propulsion systems, all aimed at ensuring the vessel's operational readiness and safety. This contract is significant for maintaining the Coast Guard's maritime capabilities and aligns with federal initiatives to promote small business participation, particularly among women-owned firms. Interested contractors should direct inquiries to Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or Kaity George at Kaity.George@uscg.mil, with the performance period set from August 20, 2025, to October 28, 2025.
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.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on 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 potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
DOCKSIDE USCGC EAGLE FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking contractors for dockside repairs on the USCGC EAGLE (WIX 327) as part of a Sources Sought Notice. The scope of work includes cleaning and inspecting various tanks, commercial cleaning of exhaust piping, renewing piping and deck systems, and conducting equipment inspections, with a performance period anticipated from October 15, 2025, to December 9, 2025. This initiative is crucial for maintaining the operational readiness of the vessel and ensuring that skilled contractors are engaged for timely repairs. Interested companies are encouraged to submit their capabilities and business classifications by May 5, 2025, and should register in the System for Award Management (SAM) for future solicitations. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or call 206-815-1163.
SHAFT SEAL MAINTENANCE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for shaft seal maintenance services for the Coast Guard Cutter Bear at the USCG Yard in Baltimore, Maryland. The procurement involves a comprehensive overhaul and testing of the port and starboard stern tube seal assemblies, adhering to Coast Guard Technical Publication 5454 guidelines, which includes tasks such as measuring wear, inspecting for corrosion, and conducting leak tests. This maintenance is crucial for ensuring the operational integrity and safety of the vessel, emphasizing the government's commitment to environmental responsibility and compliance with safety regulations. Interested vendors must submit their quotes by May 12, 2025, at 9:00 AM (Eastern) to Erica Gibbs at Erica.L.Gibbs@uscg.mil, with the contract expected to be awarded based on best value criteria.
JAMES DS FY25 solicitation
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs and alterations to the USCGC JAMES (WMSL-418) for fiscal year 2025. The contractor will be responsible for providing all necessary labor, materials, services, and equipment to perform the required maintenance tasks, which include inspections, modifications, and repairs, at the vessel's homeport in North Charleston, South Carolina. This procurement is critical for ensuring the operational readiness and compliance of the Coast Guard vessel, with the performance period scheduled from May 19, 2025, to July 30, 2025. Interested contractors must acknowledge the solicitation amendment by May 1, 2025, and can contact Sherri Ore at sherri.s.ore@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil for further information.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.