Platform and Gangway Modification
ID: 70Z03325QBASEA014Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

MODIFICATION OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (K020)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the modification of a platform and gangway at Base Seattle, Oregon. The project involves extending a gangway by two feet, requiring the contractor to provide labor, materials, equipment, and supervision to ensure compliance with safety and operational standards for the Fast Response Cutter crew. This procurement is critical for maintaining operational efficiency and safety at the moorings, with a focus on quality assurance and adherence to OSHA standards. Interested small businesses must submit their quotes by 10 AM (EST) on January 20, 2025, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation number 70Z03325QBASEA014.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive list of federal acquisition clauses and provisions relevant to government Request for Proposals (RFPs) and grants. It includes various clauses regarding whistleblower protections, security requirements, representations, certifications, and conditions necessary for effective contracting and compliance, spanning from the late 1980s to recent updates in 2024. Each clause is identified by its effective date, prescribed regulation reference, and applicability to types of contracts. The structure showcases both mandatory and optional clauses, categorized for better understanding. The purpose of this compilation is to provide a ready reference for entities engaged in federal contracting, ensuring they are aware of statutory conditions and requirements governing their interactions with federal agencies. The document serves as a crucial resource in establishing compliance with federal regulations during bidding and contract execution processes and reflects the government's commitment to promoting fair practices and transparency in public contracting. Additionally, it emphasizes responsibilities related to small businesses and environmental protections, underscoring the government's focus on inclusivity and sustainability.
    The Smart Matrix document outlines various federal acquisition clauses and provisions relevant to RFPs and contracts, along with their effective dates and applicability. Key provisions include regulations concerning the use of telecommunications and video surveillance services, especially prohibitions related to Kaspersky Lab products and equipment from certain covered entities. Other important clauses address issues such as combating human trafficking, guidelines for contractor policies regarding distracted driving, and rules about payments, subcontracts, and unmanned aircraft systems. The structure of the document provides a clear delineation of clauses marked as either provisions (P) or clauses (C), while also indicating their prescribed usage in different contexts (e.g., Federal Provisions (FP), Service Contracts (SVC), and Small Business Administration (SAP)). The overview emphasizes compliance, regulatory integrity, and the importance of these provisions in promoting security and responsible practices in federal contracting. As a comprehensive reference, this document serves as a vital resource for stakeholders involved in government contracting, ensuring they remain informed on essential requirements and obligations.
    The U.S. Coast Guard Base Astoria has issued a Performance Work Statement for modifications to a gangway extending by two feet. The contractor will be responsible for providing labor, materials, equipment, and supervision to ensure the modification meets safety and operational standards for the 17th Street moorings and Fast Response Cutter crew. Key requirements include employing qualified personnel, managing a contract manager with authority, and ensuring compliance with security protocols. Work is to be executed off-site and must adhere to OSHA Safety and Health Standards. The contractor has a 6-day period to complete tasks including extending the gangway with handrails and decking, using in-kind materials. Testing for functionality and non-destructive testing must be documented, with acceptance certified by the project officer. Invoicing must be done via the Invoice Processing Platform, ensuring secure electronic submissions. The document underlines the importance of quality assurance, safety compliance, and the contractor's responsibility in maintaining government safety and operational mandates during the project. This RFP is crucial in outlining governmental expectations for successful project execution and adherence to federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Shower Replacement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a shower replacement project at Base Seattle in Warrenton, Oregon. The procurement involves replacing the OOD Watchstander shower in the Administration Building, requiring contractors to provide all necessary resources while adhering to safety and quality standards, including compliance with federal, state, and local plumbing codes. This project is crucial for maintaining functional facilities and enhancing accessibility, with a contract set aside exclusively for small businesses under NAICS code 238290. Interested parties must submit their quotes to Thomas Gresham by email by 10 AM (EST) on July 21, 2025, and are encouraged to attend a mandatory site visit on July 14, 2025, to better understand the project requirements.
    SCAFFOLDING AND CONTAINMENT SERVICES FOR 87' PATROL BOATS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for 87-foot patrol boats. The procurement requires contractors to supply all necessary personnel, equipment, and materials while adhering to OSHA shipyard standards, including the construction of a containment structure to interface with a damaged "Big Top" enclosure. This project is critical for ensuring safe and effective ship maintenance operations, with a performance start date of July 23, 2025, and an expected completion within seven days. Interested vendors must submit their quotes to Erica Perry via email by July 25, 2025, at 12:00 PM (Eastern), and are encouraged to conduct a site visit to confirm measurements prior to submission.
    CGC Ouachita Pier Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the CGC Ouachita Pier Repairs project, which involves replacing approximately 1,400 board feet of wood decking and ten 8x8 caps in Chattanooga, Tennessee. Contractors are required to provide all necessary labor, materials, and equipment, and must conduct a mandatory site visit to assess existing conditions prior to submitting their proposals. This project is significant for maintaining the operational integrity of Coast Guard facilities and is exclusively set aside for small businesses, with a contract value estimated under $35,000. Interested parties must submit their quotes to Kala Lowe at kala.m.lowe@uscg.mil, ensuring compliance with all federal procurement guidelines and completing the work within 30 days of receiving the notice to proceed.
    52000QR250020216 USCGC OSPREY FIRE SUPRESSION INSPECTION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the inspection, certification, and hydrostatic testing of fire suppression systems aboard the Coast Guard Cutter (CGC) OSPREY. The procurement includes the assessment of an installed CO2 flooding system and the R-102 galley range guard, ensuring compliance with safety standards and operational readiness of the vessel. This opportunity is critical for maintaining the safety and functionality of fire control equipment on service vessels, reflecting the government's commitment to operational excellence. Interested contractors must submit their firm fixed-price quotations by July 21, 2025, at 09:00 A.M. Eastern Standard Time, to Timothy Ford at timothy.s.ford@uscg.mil, and ensure they are registered in SAM.gov for eligibility.
    CGC POLAR STAR Stern Tube Bearings Wing Shaft Set Only
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the procurement of specific components necessary for the maintenance of the POLAR STAR vessel. The primary objective is to acquire one Thordon XL aft bearing and a set of 68 Thordon 10 XL dovetail staves, which are critical for the vessel's dry dock work. This procurement reflects the federal government's commitment to maintaining operational readiness and safety in its maritime assets. Interested vendors must submit their quotations by 0800 Pacific Time on October 28, 2020, and can direct inquiries to Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for maintenance, repairs, and upgrades of its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Special Purpose Craft – Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and safety of these vessels, which are critical for the Coast Guard's Maritime Security Response Teams (MSRT), through routine maintenance and necessary design upgrades. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a five-year base period starting August 31, 2025, and will be set aside for small businesses under NAICS Code 336612. Interested contractors must submit their proposals, including past performance questionnaires, by July 28, 2025, and can direct inquiries to Adam Petty at adam.f.petty1@uscg.mil or Miranda V. Smith at Miranda.V.Smith@uscg.mil.
    MISC. SMALL BOAT HANDLING PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for miscellaneous small boat handling parts through a solicitation issued by the Surface Forces Logistics Center (SFLC). The procurement includes a variety of components such as washers, springs, motors, and brake assemblies, all of which must meet original equipment manufacturer (OEM) standards and be packaged according to military specifications to ensure safe transport and compliance with quality assurance protocols. These parts are critical for maintaining the operational readiness of the Coast Guard's 418 Ft WMSL vessels, underscoring the importance of reliable supply chains in military operations. Interested vendors must submit their quotes by July 24, 2025, and ensure they are registered in SAM.gov, with delivery of the items required by February 12, 2026. For further inquiries, potential bidders can contact Daniel J. Nieves at daniel.j.nieves@uscg.mil or by phone at 410-762-6696.
    USCGC TERRELL HORNE (WPC 1131) DS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources for dockside repairs on the USCGC Terrell Horne (WPC 1131) in San Pedro, California. The anticipated repairs include tasks such as cleaning and inspecting fuel service tanks, maintaining hull plating, and conducting extensive machinery maintenance, with a performance period scheduled from January 20, 2026, to March 4, 2026. This Sources Sought Notice serves as a market research tool to identify potential contractors capable of fulfilling these requirements, emphasizing the importance of small business certifications and registration with the System for Award Management (SAM). Interested companies must submit their qualifications, including company details and relevant experience, by July 21, 2025, to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    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.
    DETACHABLE LINKS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of detachable links, including anchor joining links and detachable connecting links, as part of a combined synopsis/solicitation. The items are essential for operational readiness and maintenance of Coast Guard vessels, with specific requirements outlined in the solicitation, including compliance with military specifications. Interested vendors must ensure they have an active registration in SAM.gov and are prepared to meet delivery requirements by February 2, 2026, with all shipments directed to the U.S. Coast Guard Surface Forces Logistics Center in Baltimore, Maryland. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.