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
Pre-solicitation Synopsis for the Layberthing of 2 RRF Vessels, Cornhusker State and Gopher State in the East Coast of the United States
Buyer not available
The Department of Transportation, through the Maritime Administration (MARAD), is preparing to procure layberthing services for two Ready Reserve Force (RRF) vessels, the Cornhusker State and Gopher State, on the East Coast of the United States. The objective of this procurement is to establish a long-term safe layberth for these crane ships, with potential locations including navigable waterways that can accommodate the vessels, ensuring they are within 150 miles of open waters if located on inland waterways. The solicitation will be issued as an Invitation for Bids (IFB) by May 23, 2025, with a contract structured as a Firm Fixed Price, and awards will be based on the lowest price and facility availability. Interested parties must register with the System for Award Management (SAM) to be eligible for contract awards, and inquiries can be directed to Henry H. Puppe at henry.puppe@dot.gov or by phone at 202-493-8977.
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.
Pre-solicitation Synopsis for the Layberthing of 1 RRF Vessel in the vicinity of Philadelphia, PA of the United States
Buyer not available
The Department of Transportation, through the Maritime Administration (MARAD), is preparing to procure layberthing services for one Ro/Ro vessel in the vicinity of Philadelphia, PA. The procurement aims to secure a long-term safe layberth for the vessel, with the solicitation expected to be issued as an Invitation for Bids (IFB) by May 23, 2025, under solicitation number 693JF725R000010. This contract will be structured as a Firm Fixed Price Contract, with evaluations based on the lowest price and facility availability, featuring a primary base year with four option years or an alternative base year with nine option years. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for the contract, and inquiries can be directed to Henry H. Puppe at henry.puppe@dot.gov or by phone at 202-493-8977.
Overhaul of S/V H.R. SPIES
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking qualified contractors for the overhaul of the survey vessel H.R. SPIES. This procurement involves providing all necessary engineering, design, labor, materials, and equipment to execute essential repairs, including drydocking, hull painting, and various inspections, with a performance period of 30 calendar days following the vessel's delivery to the contractor's yard. The project is critical for maintaining the operational readiness of the vessel, which will operate in the Delaware River and Bay during Fiscal Year 2025. Interested bidders must submit their proposals by April 29, 2025, and can direct inquiries to Domenic L. Sestito at domenic.l.sestito@usace.army.mil.
Underwater Hull Cleanings and Inspections for USCG Patrol Boats
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull cleaning and inspection services for two 87-foot patrol boats, the USCGC Sea Devil and USCGC Sea Fox, homeported in Kings Bay, Georgia. The contract aims to ensure optimal vessel performance by conducting up to 28 cleanings and inspections over a one-year period, with flexibility in scheduling based on operational needs and environmental conditions. This procurement is critical for maintaining the operational readiness of U.S. Coast Guard vessels, emphasizing compliance with safety regulations and technical capability. Interested vendors must submit their quotations by 5:00 PM EST on April 30, 2025, and can direct inquiries to SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or by phone at (571) 608-4730.
Sources Sought for Operation & Maintenance of WATSON Class Vessels
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking industry feedback for the operation and maintenance of eight Large, Medium-Speed, Roll-On/Roll-Off WATSON Class vessels. The procurement aims to identify potential contractors capable of ensuring high operational readiness and compliance with U.S. regulations while managing these vessels that support the prepositioning of government cargo worldwide. The anticipated contract will be a Firm-Fixed Price (FFP) with options for additional periods, spanning from April 2027 to March 2032, with responses due by May 9, 2025. Interested parties, including small businesses, should demonstrate relevant experience, financial capability, and possess a SECRET facility clearance, and can contact Kayla Etheya at kayla.v.etheya.civ@us.navy.mil or Andrea West at andrea.v.west.civ@us.navy.mil for further information.
Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
Buyer not available
Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.
CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
USNS EARL WARREN (T-AO 207) POST SHAKEDOWN AVAILABILITY Solicitation
Buyer not available
The Department of Defense, through the Department of the Navy, is soliciting bids for the post shakedown availability of the USNS EARL WARREN (T-AO 207). This procurement involves various amendments to the original solicitation, including the incorporation of revised work instructions and a change in the closing dates for both the request for comments and the solicitation itself. The services sought are critical for the maintenance and repair of naval vessels, ensuring operational readiness and compliance with safety standards. Interested contractors should note that the revised solicitation closing date is April 30, 2025, and can reach out to Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil or Ian Keller at ian.keller@navy.mil for further inquiries.