USCG Response Boat - Small - Demonstrator
ID: 70Z02325R93250003Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the procurement of Response Boat - Small (RB-S) Demonstrators to validate operational requirements and evaluate various features under real-world scenarios. The primary objective is to acquire up to four demonstrator boats that will support critical missions such as Search and Rescue, Ports, Waterways, and Coastal Security, as well as Drug and Migrant Interdiction, with a minimum top speed of 40 knots and operational capabilities in challenging sea conditions. Proposals must be submitted electronically by November 21, 2025, with a focus on mission effectiveness, supportability, and past performance, as non-price factors will be prioritized in the evaluation process. Interested parties should contact William E. Lewis at William.E.Lewis3@uscg.mil for further details and to request access to the DoD SAFE drop for proposal submission.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Coast Guard (USCG) is procuring four Response Boat–Small (RB-S) Demonstrator boats to explore achievable designs and features that enhance mission success. The primary requirement is delivery within 90 days of contract award. The RB-S Demonstrator must support search and rescue, ports, waterways, and coastal security, and drug/migrant interdiction operations, requiring specific speed, range, and operability in various sea and weather conditions. Key characteristics include a minimum top speed of 40 knots, a max length of 37 feet on a trailer, and the ability to operate with up to 10 persons. The boats must have watertight construction, a foam fendering system, twin 4-stroke gasoline outboard engines, and comprehensive electrical, navigation, communication, and alarm systems. The contract also requires extensive acceptance testing, interim logistics support, detailed documentation, crew familiarization, and a 12-month comprehensive warranty. The boats will be delivered with a U.S. DOT-certified trailer with specific features.
    The U.S. Coast Guard (USCG) is procuring four Response Boat-Small (RB-S) Demonstrators to evaluate designs and features that enhance mission success, crew endurance, and reduce life-cycle costs. The primary requirement is a 90-day delivery post-award. These demonstrator boats will undergo a three-month evaluation period in Norfolk, VA, or North Charleston, SC. Key operational requirements include Search and Rescue (SAR), Ports, Waterways, and Coastal Security (PWCS), Drug Interdiction (DI), and Migrant Interdiction (MI). The boats must meet specific characteristics such as a minimum top speed of 40 knots, accommodate up to 10 persons, and operate in challenging environments. The Request for Proposal (RFP) details requirements for the boat's principal characteristics, operating environment, general arrangements, propulsion, electrical, communication, and navigation systems. The contractor must provide comprehensive support, including acceptance testing, interim logistics support, documentation, crew familiarization, and a 12-month "stem-to-stern" warranty. The proposal emphasizes innovations that improve performance, reduce fatigue, or lower costs, with all elements clearly marked as "Required" (R) or "Attribute" (A).
    The U.S. Coast Guard (USCG) is seeking proposals for a Response Boat–Small (RB-S) Demonstrator, aiming to procure one boat and related services for a three-month demonstration period. The primary requirement is delivery within 90 days of contract award, with flexibility on other attributes. The demonstrator boats will assess the achievability of requirements and the reasonableness of various features to enhance mission success, crew endurance, and reduce life-cycle costs. The RB-S Demonstrator must support Search and Rescue, Ports, Waterways, and Coastal Security, and Drug/Migrant Interdiction operations, requiring specific capabilities in navigation, communication, speed, and agility. Key requirements include a minimum top speed of 40 knots, operability in up to 6-foot seas and 25-knot winds, accommodation for 10 persons, and a fixed foam fendering system. The boat must be constructed of aluminum, powered by two 4-stroke gasoline marine outboard engines, and equipped with comprehensive electrical, navigation, communication, and alarm systems. Extensive acceptance testing, interim contractor logistics support, and detailed documentation are also required. The contract mandates a 12-month warranty covering all defects and associated costs.
    This document outlines the U.S. Coast Guard's (USCG) requirements for the Response Boat–Small (RB-S) Demonstrator, emphasizing a 90-day delivery post-award. The demonstrator boats aim to explore achievable designs and features that enhance mission success. Key operational capabilities include Search and Rescue, Ports, Waterways, and Coastal Security, and Drug/Migrant Interdiction. The boat must have a minimum top speed of 40 knots, a maximum draft of 3 feet 3 inches, and operate in up to 6-foot seas. Required features include an aluminum hull, a fixed foam fendering system, two 4-stroke gasoline marine outboard engines, and comprehensive electrical and communication systems. The document details specific requirements for stability, structure, lighting, navigation, alarms, and an infrared camera system. An extensive list of outfit items, tools, and repair parts is mandated. The RB-S Demonstrator must be delivered with a U.S. Department of Transportation-certified trailer. The contractor is responsible for acceptance testing, interim logistics support for three months, and providing various drawings, manuals, and a 12-month
    The U.S. Coast Guard (USCG) is procuring a Response Boat–Small (RB-S) Demonstrator to explore achievable designs and features that enhance mission success. The primary requirement is acceptance within 90 days of award. Key operational capabilities include Search and Rescue (SAR), Ports, Waterways, and Coastal Security (PWCS), and Drug/Migrant Interdiction (DI/MI), necessitating various sensors and communication systems. The boat must have a minimum top speed of 40 knots, accommodate up to 10 persons, and operate in up to 6-foot seas and 25-knot winds. It will be powered by two 4-stroke gasoline marine outboard engines. The contractor must design, build, test, deliver, and provide three months of support, including a comprehensive warranty and crew familiarization. The procurement emphasizes adherence to numerous standards, detailed documentation, and rigorous acceptance testing, including speed, steering, and noise tests. The boat will be delivered with a U.S. DOT-certified trailer.
    RFP No. 70Z02325R93250003, titled "RB-S Demonstrator Pricing Worksheet," outlines instructions for offerors to complete the Price Schedule tab (Attachment 2) for evaluation purposes. Offerors must input their name, unit prices, and extended prices for each item in U.S. dollar increments. The document details specific supplies and services, including safety data sheets, shipping inventory, drawings, OEM manuals, and delivery, as well as Interim Contractor Logistics Support. The total evaluated price, which forms the basis for contract value, will be the sum of all extended prices. Attachment 2 itself will not be part of the final contract; instead, the pricing information will be incorporated into the SF-1449 upon award. This ensures a standardized and transparent pricing mechanism for the RB-S Demonstrator (Boat) and its associated deliverables.
    RFP No. 70Z02325R93250003, titled "RB-S Demonstrator Deliverable List - Attachment 3," outlines the required deliverables and their respective delivery timelines for a government contract. The document specifies eight key deliverables, including a Safety Data Sheet (SDS) Report, Shipping Inventory List(s), Drawings and Model, Standards and Original Equipment Manufacturers (OEMs) Calculations, OEM Technical Manuals, Boat Information Book (BIB), AT Documentation(s) and Resolution of Discrepancy(s), and Trailer Title. Most deliverables are required "With Boat," while others have specific deadlines such as "30 days after award" for drawings and calculations, and "14 days before acceptance testing" for the BIB. The RFP also clarifies that deliverables should primarily be soft (digital) copies, with exceptions for hard copies (in addition to soft copies) for the SDS Report, OEM Technical Manuals, and BIB. This attachment serves as a crucial guide for contractors to ensure timely and compliant submission of all required items.
    RFP No.: 70Z02325R93250003 outlines a Past Performance Questionnaire (Attachment 4) designed for evaluating prospective offerors' past performance on government contracts. This questionnaire requires references to assess a contractor's performance across various categories: Quality of Product or Service, Schedule, Management, and Regulatory Compliance. Each category includes a rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with specific definitions and detailed justification requirements. The document also includes sections for capturing contract details, such as the contractor being evaluated, the company completing the questionnaire, contract numbers, award dates, dollar values, and a comprehensive description of the contract effort. The purpose is to provide a structured method for evaluators to provide a thorough and justified assessment of a contractor's past performance, aiding in the determination of their suitability for similar future requirements.
    This document, RFP No. 70Z02325R93250003, is a Questions and Clarifications Form (Attachment 5) from the U.S. Coast Guard, addressing bidder inquiries related to a Request for Proposals (RFP). The inquiries cover specific requirements and seek clarification on various aspects. Key questions include the maximum height of a trailer (clarified as 11 feet 6 inches to the highest fixed point), the definition of "full-isolation shock-mitigating seats" (clarified as shock-mitigating seats where footrests do not have to be integrated), the timeline for contract award (notional schedule targets the first week of January 2026), and details regarding non-warranty technical support in Norfolk (requiring the builder to keep the boat operational for a 3-month demonstration period, targeting 200 operational hours per boat). The document provides responses to these questions, aiming to ensure clarity and address potential conflicts or ambiguities in the RFP requirements.
    This document, RFP No. 70Z02325R93250003 Attachment 5, details questions and clarifications regarding a Coast Guard Request for Proposal. Key questions address conflicting height requirements for trailers, clarifying the definition of "full-isolation" for shock-mitigating seats, and requesting an estimated timeline for contract award. Additionally, the document seeks clarification on labor support and operational hours needed for non-warranty technical support in Norfolk. The Coast Guard provides responses, including a revision to Requirement 6.8 regarding full-load weight conditions, specifying that additional personnel are not seated. The responses clarify height limitations, define full-isolation seats as shock-mitigating with non-integrated footrests, provide a notional award schedule for January 2026, and target 200 operational hours per boat for the demonstration period.
    The U.S. Coast Guard's RFP No. 70Z02325R93250003, for demonstrator boats, addresses questions and clarifications from potential bidders. Key points include: the highest fixed point on a trailer cannot exceed 11 feet 6 inches; "full-isolation shock-mitigating seats" do not require integrated footrests; the contract award is notionally scheduled for the first week of January 2026; and non-warranty technical support requires the builder to keep the boat operational for a three-month demonstration period, targeting 200 operational hours per boat. The RFP also clarifies that additional passengers in the "Full-Load Weight Condition" are not seated, and the Coast Guard will not grant a 45-day extension to the solicitation due to an aggressive acquisition timeline.
    RFP No. 70Z02325R93250003, "QUESTIONS AND CLARIFICATIONS FORM," addresses various inquiries regarding a Coast Guard solicitation. Key clarifications include a maximum fixed point height of 11 feet 6 inches for trailers, and "full-isolation shock-mitigating seats" not requiring integrated footrests. The Coast Guard estimates contract award by the first week of January 2026, and a target of 200 operational hours per boat for a three-month demonstration period in Norfolk, requiring the builder to maintain full operational status. The solicitation due date will not be extended. Requirement 34.4, concerning window design, remains a requirement due to past failures with vertical-opening windows. The document also clarifies cockpit drain time requirements (not exceeding 30 seconds), aligning with Category A ISO, while other ISO 11812 aspects are determined by ISO 12217-1 Category C, Option 4. An error in Requirement 11.1, "2015" from ISO 12217-1, has been removed. Furthermore, Requirement 6.8 regarding full-load weight condition is being revised to clarify seating for additional passengers.
    The U.S. Coast Guard (USCG) RFP No. 70Z02325R93250003 outlines a solicitation for demonstrator boats, addressing numerous questions and clarifications from potential contractors. Key issues include trailer height limits, the definition of "full-isolation" seating, delivery timelines (90 days post-award for construction, testing, and acceptance), and requirements for non-warranty technical support in Norfolk (3 months, 200 operational hours per boat). The USCG clarified that additional passengers are not seated, and revised the "Full-Load Weight Condition" accordingly. The USCG denied requests for solicitation extensions due to aggressive timelines and will not reclassify Requirement 34.4 (windows) from a requirement to an attribute. Clarifications were also provided for cockpit drain standards (Category A sizing, 30-second max drain time) and ISO 12217-1 version. Crucially, the USCG affirmed that only boats built in the United States will be considered for acceptance, citing U.S.C. § 665 and § 7309, prohibiting foreign shipyard construction for this demonstrator boat contract.
    RFP No. 70Z02325R93250003, titled "QUESTIONS AND CLARIFICATIONS FORM - Attachment 5," serves as a structured document for soliciting and providing responses to inquiries related to a specific Request for Proposal (RFP). The document outlines a clear format for proposers to submit questions and for the issuing government entity to provide official clarifications. This attachment is integral to the RFP process, ensuring transparency and equal access to information for all potential bidders. Its purpose is to facilitate a clear understanding of the RFP requirements, scope, and any other pertinent details by addressing ambiguities or seeking additional information. The form is designed to manage a comprehensive list of questions and their corresponding answers, thereby streamlining communication and minimizing misunderstandings during the proposal submission phase. This contributes to a fair and competitive bidding environment for government contracts, grants, or other solicitations.
    This government RFP, 70Z02325R93250003, details the terms and conditions for building Response Boats-Small-Demonstrators for the U.S. Government. Key requirements include adhering to U.S. codes for domestic vessel construction, a strict 90-day delivery schedule for the first boat, and the submission of technical data with appropriate intellectual property markings. Contractors must conduct thorough inspections and testing, provide a DD-250 form upon delivery, and ensure competitive subcontracting. Payment instructions specify electronic invoice submission via the IPP, including detailed information for prompt processing. The RFP also incorporates several FAR and HSAR clauses, addressing whistleblower rights, prohibitions on hardware/software from Kaspersky Lab and certain Chinese telecommunications entities, and restrictions on contracts with inverted domestic corporations. These clauses ensure compliance with federal regulations, national security, and ethical standards.
    RFP NO. 70Z02325R93250003 outlines the United States Coast Guard's (USCG) solicitation for a Response Boat – Small (RB-S) Demonstrator. The purpose is to validate requirements and evaluate various features and attributes through operational scenarios such as calm-water performance, seakeeping in adverse conditions, trim sensitivity, and maneuverability. Proposals must be submitted in two volumes: Volume I (Technical) and Volume II (Past Performance, Price Schedule, and Certifications). Volume I details mission effectiveness, supportability, performance, systems, equipment, and reliability, with appendices for key parameters, drawings, and calculations. Volume II requires past performance references, a completed price schedule, and various federal representations and certifications. Proposals will be evaluated on Mission Effectiveness and Supportability, Past Performance, and Total Evaluated Price, with non-price factors being significantly more important than price. The USCG intends to award up to four contracts without discussions and has specific instructions for proposal content, page limits, and electronic submission via DoD SAFE. Questions are encouraged by October 30, 2025.
    The Request for Proposal (RFP) NO. 70Z02325R93250003 outlines the United States Coast Guard's (USCG) acquisition of Response Boat – Small (RB-S) Demonstrators to validate requirements and evaluate features under various operational scenarios. Proposals must be submitted in two volumes: Volume I (Technical) details mission effectiveness, supportability, performance, systems, equipment, reliability, and includes appendices for key parameters, drawings, and calculations. Volume II covers past performance, price schedule, and required representations and certifications. Proposals are due electronically via DoD SAFE, with questions encouraged by October 30, 2025. The USCG intends to award up to four contracts based on mission effectiveness and supportability, past performance, and total evaluated price, with non-price factors being significantly more important than price. Offers must remain valid for 120 days.
    The document is a Standard Form 1449, "SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES," specifically tailored for a Women-Owned Small Business (WOSB) acquisition. It outlines a Request for Proposal (RFP) for the procurement of an "RB-S Demonstrator (Boat) IAW Requirements Document with trailer" (Item 0001) and "Interim Contractor Logistics Support (ICLS)" (Item 0002). The solicitation, number 70Z02325R93250003, has an offer due date of November 21, 2025, and an award/effective date of September 30, 2025. Key details include a NAICS code of 336612 (Boat Building) and a size standard of 1000 employees. The contract type for both items is Firm Fixed Price, with periods of performance from January 2, 2026, to April 2, 2026, for the boat and January 2, 2026, to July 1, 2026, for ICLS. The document incorporates various FAR clauses by reference and full text and lists several attachments, including a Requirements Document, Price Schedule, Deliverable List, Past Performance Questionnaire, and addenda to FAR clauses.
    This government file, likely an amendment or modification to a contract or order, details administrative changes related to accounting data and appropriation. It specifies an effective date, a requisition/purchase requisition number, and a project number. The document outlines the applicability of these modifications to solicitations and existing contracts, emphasizing changes made to contract/order numbers as described in Item 8. These alterations are enacted due to an administrative change in accounting data and appropriation, as authorized by a specific clause. The file includes sections for both a "signer" (contractor) and a "contracting officer" to sign and date, indicating agreement and authorization. It also references attached amendments, modifications, and responses to questions, providing a comprehensive overview of the administrative adjustments.
    The document outlines the procedures for amending solicitations and modifying contracts using Standard Form 30 (SF 30). It details how offerors must acknowledge amendments, either by completing specific items on the form, acknowledging receipt on each offer copy, or through separate written communication, emphasizing that timely receipt is crucial to avoid rejection of offers. The form provides sections for identifying contract and amendment details, effective dates, administrative changes, and the legal authority for modifications. It also includes instructions for various items on the SF 30, such as contract ID codes, issuing offices, contractor information, and accounting data. Key updates mentioned include changes to 'Attachment 1 - RB-S-Demonstrator Requirements Document A00002' and 'Attachment 5 - Questions & Responses A00002' with USCG responses. The document specifies that contracting officer signatures are not always required on solicitation amendments but are typically affixed last on supplemental agreements. The overall purpose is to standardize the process for updating and modifying government solicitations and contracts, ensuring clarity and compliance for all parties involved.
    This document, Standard Form 30, outlines the process for amending solicitations and modifying contracts within federal government RFPs, grants, and state/local RFPs. It details methods for offerors to acknowledge amendments, emphasizing that failure to do so by the specified deadline may lead to offer rejection. The form provides sections for identifying contract and amendment numbers, effective dates, and administrative details. It also includes instructions for completing various items, such as the contract ID code, effective date, issuing office, and contractor information. A key update mentioned is Amendment A00003, which provides USCG responses to questions as of October 24, 2025. The document specifies how to describe amendments or modifications, including their impact on the total contract price and accounting data. It clarifies that a contracting officer's signature is not required on solicitation amendments but is typically affixed last on supplemental agreements. Overall, it serves as a comprehensive guide for managing changes to government solicitations and contracts, ensuring compliance and clear communication.
    This government document outlines the procedures for amending solicitations and modifying contracts using Standard Form 30 (SF 30). It details methods for offerors to acknowledge amendments, emphasizing that failure to do so by the specified deadline may lead to offer rejection. The document clarifies when contractors are required to sign and return copies of the amendment. Key sections of the SF 30 are explained, including instructions for completing fields such as Contract ID Code, Effective Date, Issued By, and descriptions of amendments/modifications. Specific changes noted in this amendment include updates to "Attachment 1 - RB-S-Demonstrator Requirements Document A00004" and "Attachment 5 - Questions & Responses A00004," which now includes USCG responses to questions received by October 29, 2025. The document also provides guidance on indicating financial impacts of modifications on contract prices and accounting classifications.
    The Standard Form 30 (SF 30) is a government document used to amend solicitations or modify contracts. It outlines methods for offerors to acknowledge amendments, such as completing specific items on the form, acknowledging receipt on each offer copy, or sending a separate letter. Failure to acknowledge receipt by the specified deadline may result in the rejection of an offer. The form details instructions for various items including contract ID code, effective date, issuing office, contractor information, and accounting data. It also specifies how to describe amendments or modifications, including their impact on the total contract price. This particular amendment (A00005) for solicitation 70Z023, issued by CG-SEA-C, updates Attachment 5 with USCG responses to questions as of November 4, 2025. The document emphasizes that all other terms and conditions of the original solicitation or contract remain unchanged.
    This document outlines an amendment to a solicitation or a modification of a contract, detailing the procedures for acknowledging receipt and making changes to offers. It specifies three methods for acknowledging amendments: completing items on the form, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge on time may lead to offer rejection. The amendment also clarifies that contractors are not required to sign and return copies of the document. Key updates include changes to Attachment 1 regarding AIS requirements for boats, removing specific make and model mandates, and an update to Part V, Addendum 52.212-1, mandating electronic submission of proposals instead of paper format. The document includes instructions for completing various items on Standard Form 30, such as effective dates, issuing office information, contractor details, and accounting data, emphasizing the impact of modifications on contract pricing and the organization of changes under Uniform Contract Format headings.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Imtra Wipers and parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    Sources Sought Notice for Re-Engining Options for HC-144B Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information on potential engine retrofit options for its HC-144B aircraft through a Sources Sought Notice. The objective is to identify viable Non-Developmental Item (NDI) aircraft engine systems that can enhance reliability, maintainability, and lifecycle costs while complying with Federal Aviation Regulations. The HC-144B aircraft, which supports critical missions such as Search and Rescue and surveillance, operates in challenging maritime environments, necessitating robust and efficient propulsion solutions. Interested parties must submit their responses by January 14, 2026, to the designated contacts, LCDR Mark Amendolara and Logan J. Brown, via email, ensuring to include the Notice ID in the subject line.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    USCGC TAMPA Stbd Controllable Pitch Propeller (CPP) Blade Bolts, Renew In-Water
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the renewal of the starboard Controllable Pitch Propeller (CPP) blade bolts on the USCGC TAMPA, to be conducted in-water. The contractor will be responsible for replacing all six blade bolts, extracting a broken bolt, flushing the CPP hydraulic system, and adhering to specific Coast Guard guidelines and federal regulations during the process. This work is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Proposals must be submitted by December 9, 2025, with the work scheduled to take place from December 15 to December 19, 2025, at the USCGC TAMPA in Portsmouth, Virginia. Interested parties should contact Joshua Miller at joshua.n.miller@uscg.mil for further details.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    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.
    Market Research for Maritime Domain Dominance Technologies/Services for Maritime Applications
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking market research on technologies and services that can support Maritime Domain Dominance (MDD) Operational Concepts through a Request for Information (RFI). The objective is to identify available and technically ready solutions that can create a unified, real-time MDD capability, enhancing the Coast Guard's ability to detect, identify, and respond to threats along U.S. borders and maritime approaches. This initiative is crucial for improving national security by establishing a "detect-to-act" pipeline that integrates various assets and sensors, thereby enabling faster and more accurate threat detection and response. Interested parties are encouraged to submit detailed technical information by January 2, 2026, to Kiemisha Sweetney at Kiemisha.Sweetney@uscg.mil.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.