Clean, Flush and Inspect USCG Cutter SANGAMON Sewage and Gray Water Systems
ID: 70Z02925QNEWO5034Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

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 a contractor to clean, flush, and inspect the sewage and gray water systems aboard the USCG Cutter SANGAMON. The project, scheduled from January 21 to March 29, 2025, requires the contractor to remove all tank contents, conduct thorough cleaning, and inspect the tank's interior using a drain inspection camera, all while ensuring compliance with environmental regulations and safety standards. This initiative is crucial for maintaining operational integrity and environmental safety within the Coast Guard fleet. Interested vendors, particularly Women-Owned Small Businesses, must submit their offers by 2:00 PM CST on February 18, 2025, to the USCGC Sangamon Mooring Facility in East Peoria, IL, and should contact Robert Henson II or James Tepen for further details.

    Files
    Title
    Posted
    The document outlines Wage Determination No. 2015-5027 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates for federal contracts in specified Illinois counties. Contracts effective from January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour unless specified otherwise. The wage determination includes a comprehensive list of various occupations, their associated wage rates, and specifies conditions for fringe benefits, health and welfare contributions, vacation, and holiday pay. It emphasizes compliance with Executive Orders regarding minimum wage and paid sick leave for federal contractors. Additionally, it sets out guidelines for the classification of new occupations not explicitly listed and the conformance process for wages. The document aims to ensure fair compensation and worker protections for those employed under federal contracts, essential for government RFPs and grants compliance. Overall, the document is a critical resource for contractors and workers to understand their rights and obligations under federal contracting laws.
    The government project focuses on the cleaning, flushing, and inspection of the sewage holding tank aboard the USCGC SANGAMON. Scheduled from January 21 to March 29, 2025, the task requires the contractor to employ appropriate tools and equipment to ensure compliance with environmental regulations. The scope of work includes removing all tank contents, conducting thorough cleaning, and inspecting the tank's interior with a drain inspection camera in the presence of Coast Guard personnel. Contractors must manage confined space entry and provide protective measures to prevent contamination of unaffected vessel components. Additionally, compliance with EPA certifications and public safety regulations is mandatory throughout the process. The contractor is responsible for maintaining a plug log, disposing of waste according to federal, state, and local guidelines, and ensuring all work is documented for Coast Guard inspections. This project underscores the government's commitment to maintaining operational integrity and environmental safety in its fleet activities.
    The document outlines the procedures and requirements for submitting offers in response to the federal government’s Requests for Proposals (RFPs) concerning commercial products and services. It specifies the relevant North American Industry Classification System (NAICS) codes, small business size standards, and submission protocols, including the necessary information to include with the offer, such as the solicitation number, technical descriptions, pricing, representations, and certifications. Key points include the stipulation for offerors to hold their prices firm for 30 days and the criteria for evaluating offers based on technical capability, price, and past performance. It emphasizes submission timelines and conditions for accepting late offers or modifications. The provision also addresses requirements for unique entity identifiers, debriefing rights, and certifications regarding taxes, child labor, and prohibited business activities related to certain countries. Overall, this guidance ensures compliance and transparency in the procurement process, encouraging participation from eligible businesses while safeguarding public interest and ethical standards.
    The document outlines a contract solicitation for the cleaning, flushing, and inspection of shipboard sewage systems by a Women-Owned Small Business (WOSB) under a firm fixed price offer. The solicitation is issued by the US Coast Guard, with a deadline for offers set for 2:00 PM CST on February 18, 2025, and is to be delivered to the USCGC Sangamon Mooring Facility in East Peoria, IL. The contract falls under the NAICS code 336611, which pertains to shipbuilding and repairing, and a size standard of 1200 employees applies. The evaluation process prioritizes the lowest price among vendors who must be registered in SAM.gov and possess a current Unique Entity Identifier (UEI). Additionally, the document references applicable Federal Acquisition Regulation clauses and Labor Wage Rates, ensuring compliance and regulatory adherence for the contractor. Overall, this solicitation supports the federal goal of involving small businesses in government contracting, particularly those owned by women, thereby promoting economic growth and equity in government procurement practices.
    The SFLC Standard Specification 0000 outlines requirements for conducting ship repair on Coast Guard vessels, emphasizing environmental protection and safety standards. The document includes a comprehensive glossary of terms and acronyms to ensure clarity and adherence to regulations. Key provisions focus on contractors’ responsibilities concerning quality control, safety measures, and compliance with federal regulations, particularly regarding hazardous materials like asbestos and lead. Specific requirements include the need for a severe weather plan, effective quality assurance/quality control programs, and detailed inspection protocols. Contractors must manage debris, maintain sanitary facilities for personnel, provide adequate vessel protection, and ensure safe access and egress to the vessel. The document emphasizes cooperation with Coast Guard inspectors and mandates a rigorous approach to maintaining safety and operational integrity during repair work. Overall, this specification serves as a framework for contractors to follow in order to fulfill contractual obligations while upholding safety, environmental standards, and quality performance in ship repair.
    Lifecycle
    Similar Opportunities
    USCGC WILLIAM SPARLING HULL CLEANING AND INSPECTION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and inspection of the USCGC WILLIAM SPARLING, scheduled to take place in Boston, Massachusetts, from March 10-13, 2025. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring compliance with safety and environmental regulations during the process. This procurement is critical for maintaining the operational readiness and integrity of the Coast Guard's maritime assets, emphasizing the importance of thorough maintenance and adherence to established procedures. Interested contractors must submit their firm fixed-price quotations by February 13, 2025, at 12:00 A.M. Eastern Standard Time, and can direct inquiries to Timothy Ford at timothy.s.ford@uscg.mil or Stacy Spalding at stacy.j.spalding@uscg.mil.
    Sewage Performance Maintenance Services USCG Sta. Tybee
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide sewage performance maintenance services at the U.S. Coast Guard Station Tybee in Savannah, Georgia. The procurement involves a firm-fixed price contract for preventive maintenance and corrective repair services for sewage systems, covering a period from April 1, 2025, to March 31, 2030, with a total small business set-aside. This critical service ensures compliance with industry standards and government regulations, thereby supporting the operational readiness of the facility. Interested parties must submit their quotes by February 21, 2025, and can contact Evan Estep at Evan.C.Estep@uscg.mil or Adam Hitchcox at Adam.S.Hitchcox@uscg.mil for further information.
    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.
    UW Hull Cleaning & Inspect
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide underwater hull cleaning and inspection services for the Coast Guard Cutters Mustang, Naushon, and Liberty, with work to be performed at the USCG Base in Ketchikan, Alaska. The procurement includes a comprehensive scope of work that entails pre-clean inspections, hull cleaning of various underwater components, and post-clean inspections with detailed reporting, all adhering to established Coast Guard regulations and standards. These services are crucial for maintaining the operational readiness of the vessels, ensuring they meet safety and performance standards. Interested contractors should contact Joshua Miller at JOSHUA.N.MILLER@USCG.MIL or call 757-628-4801, with the work expected to be completed by May 5, 2025, under a Total Small Business Set-Aside designation.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    Hose Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a project titled "Hose Renewal," which involves renewing flexible hose assemblies for the carbon dioxide fire protection system aboard the USCGC WAESCHE at U.S. Coast Guard Base Alameda, California. The work is scheduled to take place from May 5 to May 23, 2025, and includes critical tasks such as validating and renewing hoses, hydro-testing new assemblies, and ensuring compliance with Coast Guard safety and fire regulations. This procurement is vital for maintaining operational safety and equipment integrity within the Coast Guard's infrastructure. Interested contractors, particularly small businesses, should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437 for further details.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    USCG BASE NEW ORLEANS Grease Trap Pump, Clean, Inspect, and Cooking Oil Disposal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Base New Orleans, is seeking a qualified contractor to provide services for the pumping, cleaning, inspection, and disposal of used cooking oil from the galley grease trap at their facility in New Orleans, Louisiana. The contract will span a base year plus four additional years, requiring monthly cleanings and annual inspections to ensure compliance with local plumbing codes and environmental standards. This procurement is crucial for maintaining operational efficiency and environmental compliance at the base, with a focus on cost-effectiveness as the contract will be awarded based on the lowest price. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to conduct a site visit prior to bidding; for further inquiries, they can contact Robert Henson II at robert.c.henson@uscg.mil or Travis Clark at travis.p.clark@uscg.mil.
    DOCKSIDE: USCGC SEA DEVIL FY25 DS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC SEA DEVIL (WPB 87368) scheduled for Fiscal Year 2025. The procurement is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), and includes essential repairs such as cleaning and inspecting grey water and sewage holding tanks, as well as renewing pilothouse windows and weatherdeck handrails. This initiative underscores the importance of maintaining operational readiness for the vessel while adhering to federal standards and regulations, ensuring high-quality and safe repair processes. Interested contractors should contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    USCGC CALHOUN DS FQ4 FY25
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking qualified contractors to perform dockside repairs on the USCGC CALHOUN as part of their market research initiative. The project requires comprehensive services, including labor, materials, and equipment to execute various maintenance tasks such as inspections, renewals, and modifications of critical systems and components aboard the vessel. This opportunity is vital for ensuring the operational readiness and safety of the USCGC CALHOUN, which plays a crucial role in maritime security. Interested firms should contact Melissa Hyacinth at Melissa.N.Hyacinth@uscg.mil, with the performance period scheduled from September 2, 2025, to November 25, 2025.