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
    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.
    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
    Sources Sought Notice- Layberthing Services for Long-Term Safe Layberth for Ro/Ro Cape H Vessels
    Transportation, Department Of
    The Department of Transportation's Maritime Administration (MARAD) is conducting a Sources Sought Notice to identify potential providers for Layberthing Services for three Roll-on/Roll-off (Ro/Ro) vessels: MV Cape Henry, MV Cape Horn, and MV Cape Hudson, located on the U.S. West Coast. The requirement includes continuous, secure, and safe exclusive-use lay berthing, along with pier-side maintenance, utilities, and adherence to environmental compliance, ideally situated near support infrastructure. This opportunity is crucial for ensuring the operational readiness and maintenance of these vessels, which play a significant role in maritime logistics. Interested parties must submit capability statements by December 17, 2025, at 4:30 PM EST to Lisa Miles at lisa.miles@dot.gov, detailing their qualifications and experience, as this notice is part of MARAD's market research and does not constitute a solicitation for proposals or bids.
    J&A - Only One Source - Unplanned USCG STA BARNEGAT LIGHT (47222) Dry-dock repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure dry-dock repairs for the STA BARNEGAT LIGHT (47222) vessel, which sustained significant damage during search and rescue operations. The repairs are critical as the vessel is a 47C class ship that has recently undergone a Service Life Extension Program (SLEP), and due to ongoing SLEP activities, Birdon America Inc. is the only vendor capable of performing the necessary repairs, as they currently hold the technical data. Interested parties can reach out to Mark Cap at Mark.Cap@uscg.mil or 410-762-6958, or Janet M Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353 for further information regarding this opportunity.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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.
    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.
    Stern Boat Launch, Incinerator & OWS System FY26 on USCGC CALHOUN (WMSL 759)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and preservation of the Stern Boat Launch and Recovery System, as well as repairs to the Incinerator and Oily Water Separator (OWS) System on the USCGC CALHOUN (WMSL 759). The project requires adherence to specific repair specifications and compliance with federal, state, and local regulations, with a focus on providing OEM-authorized technical representatives for specialized equipment. This work is critical for ensuring the operational readiness and safety of the Coast Guard vessel, with the contract period set from January 12, 2026, to March 3, 2026. Proposals are due by December 18, 2025, and interested parties should contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or 510-501-5550 for further details.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    DRYDOCK: USCGC STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Transportation, Department Of
    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.