USCG FINBACK TOW
ID: 52000QR250002176Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, 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 proposals from qualified small businesses for the towing of the USCGC FINBACK, as outlined in solicitation number 52000QR250002176. The contractor will be responsible for providing towing services from South Portland, Maine, to Baltimore, Maryland, ensuring compliance with all relevant safety and regulatory standards, including conducting vessel inspections and obtaining necessary Coast Guard approvals. This procurement is critical for maintaining operational readiness and safety in maritime operations, with a delivery date set for March 4, 2025. Interested contractors must submit their firm fixed-price proposals by February 7, 2025, at 10:00 A.M. EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Damon Jones at damon.d.jones@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Federal Acquisition Regulation (FAR) clauses that must be adhered to by contractors as part of commercial item acquisitions. It emphasizes compliance with various statutes and executive orders, detailing specific clauses that address issues such as confidentiality agreements, prohibitions against certain software and services, and the necessity of subcontractor ethics. Contractors must incorporate clauses related to equal opportunity employment, service contract labor standards, and small business utilization, among others. The document also stipulates that contractors may need to provide access to pertinent records for audit and examination purposes and may designate additional clauses in subcontracts for commercial items. This comprehensive guidance is essential for contractors engaging in federal RFPs and grants, ensuring conformity with legal, ethical, and operational standards in government contracting practices. The document ultimately serves to reinforce accountability and compliance in federal acquisitions.
    This document outlines the requirements for a federal request for proposal (RFP) for towing services. The primary objective is to secure a contractor capable of providing vessel towing services between specified locations in South Portland, ME, and Baltimore, MD. Key responsibilities include supplying towing equipment, conducting vessel inspections, obtaining necessary Coast Guard approvals, and drafting detailed towing and sailing plans which must adhere to strict safety and regulatory standards. The contractor is mandated to convene a pre-towing conference, ensure operations occur only in favorable weather conditions, and manage signaling and personnel communications during the operation. All towing must be conducted during daylight, with specific limits on wind speed and vessel velocity during transit. The timeline for performance is set for March 4-7, 2025. The document emphasizes adherence to federal regulations, including the Coast Guard's guidelines. This RFP is integral to ensuring safe and effective maritime operations under government regulations, highlighting the importance of thorough planning and regulatory compliance in federal contracts.
    Lifecycle
    Title
    Type
    USCG FINBACK TOW
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Trailerable Aids to Navigation Boat, 2nd Generation (TANB II)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the construction of the Trailerable Aids to Navigation Boat, 2nd Generation (TANB II). This procurement aims to enhance the Coast Guard's operational capabilities by providing a versatile and trailerable vessel designed for deploying and maintaining navigational aids, as well as supporting search and rescue missions. The contract will be awarded under a Total Small Business Set-Aside, with a firm-fixed price structure and a performance period extending over seven years. Interested parties must submit their proposals by February 18, 2025, and can direct inquiries to Adam Petty at adam.f.petty1@uscg.mil or Ms. Wendy L. Paulo at WENDY.L.PAULO@USCG.MIL.
    DRYDOCK: USCGC WILLIAM FLORES DRYDOCK FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified contractors for the drydock repairs of the USCGC William Flores (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive repair tasks, including topside structure repairs, hull plating inspections, and overhauls of critical ship systems such as propulsion and electrical distribution, all while adhering to specified Coast Guard standards and environmental regulations. This initiative is crucial for maintaining the operational readiness and integrity of the Coast Guard's maritime assets. Interested contractors, particularly small businesses, must submit their proposals by the updated deadline, with inquiries directed to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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.
    USCGC SEA FOX DD Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from companies capable of performing drydock repairs on the Cutter USCGC SEA FOX (WPB-87374), which is home ported in Kings Bay, Georgia. The procurement aims to assess available sources for comprehensive maintenance tasks, including hull plating inspections, cleaning fuel and oil tanks, and renewing propulsion shafts and bearings, in compliance with FAR guidelines. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring adherence to safety and performance standards. Interested firms must provide qualifications related to NAICS Code 336611 (Ship Building and Repairing) and various small business certifications by the specified deadlines, with the anticipated period of performance spanning 63 days from July 15 to September 16, 2025. For further inquiries, interested parties can contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    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.
    DOCKSIDE: USCGC RAYMOND EVANS FY25 #1 MDE QL3+ & #2 MDE QL3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Raymond Evans (WPC-154) for fiscal year 2025. The procurement involves extensive maintenance tasks, including 16,000-hour and 8,000-hour servicing of the main diesel engines, cleaning of the underwater body, and renewal of zinc anodes, all of which require adherence to stringent safety and environmental regulations. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with federal standards while promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested parties can contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with proposals due in accordance with the solicitation timeline.
    DRYDOCK REPAIRS FOR CGC BUCKTHORN
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs for the USCGC Buckthorn (WLI-100) as part of a total small business set-aside opportunity. The procurement encompasses a range of maintenance and inspection tasks necessary for the vessel's operational readiness, including hull inspections, fire prevention measures, and overhaul of propulsion systems, all of which must comply with established Coast Guard standards. This contract is critical for ensuring the safety and functionality of the Coast Guard fleet, with detailed pricing schedules and specifications provided in the associated documents. Interested parties should direct inquiries to Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil, with questions due by February 10, 1:00 PM, and are encouraged to review the attached documents for further details on requirements and submission procedures.