TRAINING VESSEL FREEDOM STAR(TVFS) FY25 ABS Inspection Services
ID: 6933A225Q000002Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6933A2 DOT MARITIME ADMINISTRATIONNORFOLK, VA, 23505, USA

NAICS

Business Associations (813910)

PSC

QUALITY CONTROL- SHIP AND MARINE EQUIPMENT (H120)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 5:00 PM UTC
Description

The Department of Transportation's Maritime Administration (MARAD) is seeking inspection services from the American Bureau of Shipping (ABS) for the Training Vessel Freedom Star (TVFS) for fiscal year 2025. The procurement involves scheduled vessel survey attendance, technical drawing reviews, and periodic machinery inspections to ensure compliance with classification standards. These services are critical for maintaining the safety and operational integrity of the vessel, which plays a vital role in maritime training programs. Interested vendors should note that the solicitation is issued on a sole source basis, with a closure date of January 23, 2024. For further inquiries, contact William A. Wile at william.wile@dot.gov or by phone at 757-322-5806.

Point(s) of Contact
William A. Wile
(757) 322-5806
75732258575858
william.wile@dot.gov
Files
Title
Posted
The U.S. Department of Transportation's Maritime Administration issued a Sole Source Justification for the American Bureau of Shipping (ABS) to provide recurring inspection services for the TS Freedom Star in fiscal year 2025. The justification emphasizes that ABS is uniquely qualified due to its exclusive classification services, alignment with international maritime safety standards, and government-mandated roles. It highlights the ABS's designation by U.S. law to issue safety certifications on behalf of the country, ensuring compliance with protocols set by the International Maritime Organization (IMO). The document outlines that ABS's standards and practices are integral to vessel safety and government classification, mandating the sole-source acquisition. Additionally, it notes that the service must be compatible with existing systems, with ABS being the only provider authorized to deliver the necessary inspection and certification services. This Sole Source Justification precludes competitive bidding given ABS's unique position and capabilities.
Jan 8, 2025, 9:05 PM UTC
The document presents a Combined Synopsis/Solicitation by the U.S. Maritime Administration (MARAD) for ABS (American Bureau of Shipping) inspection services for the Training Ship Freedom Star (TSFS). The requirement, designated by RFQ number 6933A225Q000002, is issued on a sole source basis to ABS for scheduled vessel survey attendance, technical drawing reviews, and machinery surveys to ensure classification compliance. Vendors must finish work at the Harry Lundeberg School of Seamanship and remain flexible for monthly cruises, typically two to three days long. Key regulations require compliance with local virus testing and personal protective equipment (PPE) mandates. The solicitation includes a closure date of January 23, 2024, and incorporates several FAR provisions and clauses applicable to commercial items. The document establishes expectations for contractor conduct regarding inspections, employee communication, and indemnification responsibilities. It further outlines electronic payment procedures through the DELPHI system and provides instructions on addressing any protests related to bid submissions. Overall, the solicitation reflects the federal government's strategy for ensuring upheld inspection standards while encouraging compliance with safety measures and regulatory standards in government contracts.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
James River Reserve Fleet (JRRF) , FB218 Drydock and Repair
Buyer not available
The Department of Transportation, specifically the Maritime Administration (MARAD), is seeking quotes from small businesses for the drydocking and repair of the FB218 Storage Barge, as outlined in solicitation number 6933A225Q000008. The procurement involves a firm-fixed price purchase order for comprehensive maintenance services, including structural repairs, hull cleaning, and painting, with a performance period set from June 5, 2025, to September 2, 2025. This opportunity is crucial for maintaining the operational readiness and safety of federal vessels, emphasizing the importance of compliance with federal acquisition regulations and industry standards. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to attend a site visit scheduled for March 26, 2025, to familiarize themselves with the project requirements. For further inquiries, potential bidders can contact William A. Wile at william.wile@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
Recreational Boat Testing
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified contractors for the Recreational Boat Testing and Compliance Inspection Program (RBTCP). This program aims to ensure the safety compliance of recreational boats and associated marine equipment, requiring contractors to perform a minimum of 550 manufacturer inspections, 250 remote education inspections, and facilitate testing of at least 35 boats annually, while maintaining a secure database for tracking inspections and test results. The initiative is crucial for enhancing boating safety across the U.S. and eliminating non-compliant boats from the market. Interested parties must submit their capabilities by April 15, 2025, and direct any questions to Contracting Officer Yolanda Smith at yolanda.c.smith@uscg.mil by April 11, 2025.
SAMA FRIENDSHIP REPAIR AND PMS
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the maintenance and repair of the Sailing Vessel Friendship, located at the Salem Maritime National Historical Site. The project aims to ensure the vessel's compliance with safety and seaworthiness regulations, focusing on hull repairs, maintenance, and painting, particularly below the waterline using Coppercoat paint. This procurement is significant for preserving maritime history and ensuring the operational integrity of historic vessels. Interested small businesses must submit their quotes by April 23, 2025, following a pre-bid site visit on April 14, 2025, and can direct inquiries to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145.
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.
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.
LEASE OF VESSEL
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for the lease of a vessel to support marine geohazards missions, specifically for deploying geodetic stations and retrieving a wave glider in the southern Cascadia region. The procurement requires adherence to specific vessel specifications, operational safety measures, and qualifications for the vessel captain, with operations scheduled between July and September 2025. This opportunity is critical for scientific research and environmental monitoring, aligning with USGS's ongoing missions. Quotations must be submitted by April 17, 2025, and interested bidders should ensure they are registered in SAM.gov and comply with federal regulations, including insurance and safety equipment standards. For further inquiries, contact Victor Nuno at vnuno@usgs.gov or call 916-278-9442.
Maneuver Support Vessel – Light (MSV(L)) System Technical Support (STS)
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking to procure Systems Technical Support (STS) services for the Maneuver Support Vessel Light (MSV(L)) program through a sole-source Request for Proposal (RFP) issued to Vigor Works, LLC. This procurement is justified under FAR 6.302-1(a)(2)(iii)(B) due to Vigor's status as the Original Equipment Manufacturer (OEM) and the only responsible source capable of meeting the Government's requirements, given the lack of available technical data for competitive re-procurement. The contract will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ), Cost-Plus-Fixed-Fee (CPFF) contract, with an estimated total of 380,493 hours to be procured over its duration. Proposals are due by April 21, 2025, and interested parties can contact Charlene West at charlene.d.west.civ@army.mil for further information.
Sources Sought USNS SUPPLY ROH/DD 2026
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified firms to provide Regular Overhaul Dry/Docking Availability for the USNS SUPPLY (T-AOE 6), scheduled from March 2, 2026, to August 9, 2026, at a contractor's facility on the East/Gulf Coast. Interested parties are invited to submit a brief capabilities package that includes company profiles, facility descriptions, and small business status under NAICS Code 336611 for Ship Building and Repair by April 24, 2025. This procurement is critical for maintaining the operational readiness of the USNS SUPPLY, involving tasks such as general ship services, steel replacement, inspections, and system upgrades. For further inquiries, interested firms can contact James Parker at james.l.parker2.civ@us.navy.mil or Edward V. Ruhling at edward.ruhling@navy.mil.
U.S. Coast Guard 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 qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.
Marine Main Boiler Tube Repairs
Buyer not available
The Department of Defense, specifically the Department of the Navy's Mid-Atlantic Regional Maintenance Center (MARMC), is seeking qualified sources for Marine Main Boiler Tube Repairs for various naval vessels. This opportunity is a Sources Sought notice aimed at identifying experienced contractors capable of providing and delivering the necessary repairs, which are critical for maintaining the operational readiness of the fleet. Interested parties are invited to submit their expressions of interest, including company details and business size classifications, to Erin Behrns by April 15, 2025, at 12:00 PM EST. This notice does not constitute a solicitation, and the government will not reimburse any costs incurred in responding.