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
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    Purchase and Installation of Heavy Duty Ramp
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide and install a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to facilitate safe access for trucks and boat trailers to an existing loading dock, requiring the ramp to support a minimum load capacity of 26,000 lbs and adhere to various safety and structural standards. This procurement is critical for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by December 17, 2025, at 1:00 PM EST, and can contact Shawn Jenkins or Angela Barker for further details and site visit arrangements.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCGC Sturgeon Bay MPCMS Grooming
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor services for the grooming of the Machinery Plant Control-Monitoring System (MPC-MS) aboard the Cutter Sturgeon Bay (WTGB-109). The primary objective is to conduct a comprehensive inspection, grooming, and verification of the MPC-MS to ensure operational readiness, which includes tasks such as hardware inspection, correcting wiring discrepancies, calibrating sensors, and performing operational testing across various systems. This project is critical for maintaining the functionality and safety of the cutter's systems, with the period of performance scheduled for January 5-9, 2026. Interested contractors can reach out to Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    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 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.
    Deck Preservation FY26 on USCGC USCG STONE (WMSL 758)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Deck Preservation FY26 project on the USCGC USCG STONE (WMSL 758). This procurement involves renewing the slip-resistant deck covering in designated areas, including the Fore Deck, Bridge Wings, and Amidships 01 Deck, utilizing MIL-PRF-24667D Type V Comp. G/D/L Non-skid coating, along with extensive surface preparation and quality assurance measures. The work is critical for maintaining the vessel's operational integrity and safety, with the contract set to be awarded based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by December 18, 2025, with the performance period scheduled from January 12, 2026, to February 17, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    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.