Trailerable Aids to Navigation Boat, 2nd Generation (TANB II)
ID: 70Z02325R73120001Type: 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, is seeking proposals for the procurement of Trailerable Aids to Navigation Boats, Second Generation (TANB II). This initiative aims to construct, outfit, and deliver boats that will enhance the Coast Guard's capabilities in servicing navigational aids and conducting search and rescue operations. The TANB II boats are critical for maintaining maritime safety and operational efficiency, designed to operate effectively in various sea conditions while being easily transportable. Interested contractors must adhere to a total small business set-aside, with proposals due by February 7, 2025. For further inquiries, potential bidders can contact Adam Petty at adam.f.petty1@uscg.mil or Ms. Wendy L. Paulo at WENDY.L.PAULO@USCG.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the United States Coast Guard's Trailerable Aids to Navigation Boat, Second Generation (TANB II). It establishes requirements for the boat's construction, testing, and logistical support, primarily aimed at enhancing navigation aid operations, search and rescue missions, and marine safety. The TANB II is designed for versatility in various sea conditions and built to be trailerable for ease of transport. Key specifications include operational capabilities, such as deploying and recovering navigation aids, maintaining stability in significant wave heights, and the construction of reliable and maintainable systems to execute its missions. The document emphasizes safety, specifying standards for noise, vibration, and mechanical components, along with detailed assembly guidelines. It also outlines warranty provisions and maintenance requirements, ensuring that the vessel meets operational lifespans and performance expectations. This comprehensive specification serves the purpose of facilitating a government request for proposals (RFPs) to acquire a boat that meets precise navigational and operational needs, ultimately enhancing the effectiveness of Coast Guard operations.
    The document outlines the Request for Proposal (RFP) No. 70Z02324R00090001 issued by the U.S. Coast Guard for the Trailerable Aids to Navigation Boat, 2nd Generation (TANB II). It functions as a detailed pricing worksheet for potential contractors to submit unit prices, rates, and inputs related to various contract line item numbers (CLINs) across several ordering periods. Key sections include instructions for completing the pricing worksheet and evaluation worksheet, which calculates total contract value based on offered prices and anticipated ordering quantities. Offerors must provide unit prices for a range of activities related to program management, delivery shipping, training, engineering support, testing, and spare parts across seven ordering periods. The document highlights the evaluation criteria and emphasizes that certain ceiling amounts for materials and labor will be calculated into the total contract value at the time of award. This RFP serves as a formal mechanism for the government to procure new boats and related services, ensuring transparency and competitiveness in the purchasing process.
    The document is a Past Performance Questionnaire related to RFP No.: 70Z02324R00090001, designed to evaluate the past performance of a contractor. It outlines the necessary information needed from evaluators, including contractor and project details, performance ratings, and justifications for those ratings. The evaluations focus on five main areas: Quality of Product or Service, Schedule adherence, Management effectiveness, Regulatory Compliance, and an overall recommendation for similar future projects. Each area requires a rating from “Exceptional” to “Unsatisfactory,” with corresponding definitions and criteria for justification. The questionnaire ensures a thorough assessment of the contractor’s performance, including complexities and risks related to the project. It emphasizes the importance of corrective actions and the impact of performance on government interests, guiding future procurement decisions. The submission deadline for completed questionnaires is set for February 7, 2025, highlighting a structured approach to contractor evaluation within governmental projects.
    The document outlines the terms and conditions established under RFP NO. 70Z02324R00090001 for contracting related to the construction of boats for the Government. It emphasizes the Government's rights regarding inspection, acceptance, and payment of goods—specifying detailed invoicing requirements and the contractor's obligations to provide acceptable products within set timelines. The RFP stipulates firm-fixed price delivery orders under an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract framework, along with procedures for order modifications and payment requests utilizing the Invoice Processing Platform (IPP). Key provisions highlight the Government's ability to terminate contracts for convenience or cause, the need for compliance with various federal laws, and the necessity for contractors to maintain competitive subcontractor selection practices. The delivery schedule requires boats to be delivered within specified time frames following design review. Additionally, there are provisions regarding intellectual property and data rights to ensure both parties adhere to specified limitations. Overall, this document serves to enforce compliance, standardize contract execution, and outline responsibilities for both the Government and contractors in boat construction projects.
    The document is a "Questions and Clarifications Form" related to Request for Proposal (RFP) 70Z02325R73120001 for the US Coast Guard's TANB II project. It addresses multiple queries raised by potential bidders regarding specifications, timelines, and requirements in the solicitation. Key topics include clarification on specification documents, delivery rates for boats, testing procedures, and the necessary qualifications for financial and performance submissions. Notably, it confirms that no extension of the proposal deadline will be granted. Updates to specifications include the removal of specific time constraints for builders and standardization of font sizes in documents. Questions about production rates, testing durations for Builder’s Trials, and other technical specifications indicate complexities in compliance and the feasibility of the proposed timelines and processes. The responses also clarify misconceptions, such as regarding the use of materials and the sufficiency of financial documentation for evaluating bidders. Additional adjustments and corrections are noted throughout. This document serves to ensure all parties involved have a clear understanding of the requirements and expectations, ultimately emphasizing the government’s commitment to a transparent and fair bidding process.
    This document contains the Request for Proposal (RFP) No. 70Z02324R00090001, primarily detailing the terms and conditions for a contract focused on the construction of boats for the government. It outlines inspection and acceptance protocols, payment procedures, and contractor responsibilities, including compliance with statutory regulations and reporting obligations. Key provisions include that the contractor must ensure items conform to contract stipulations and is liable for any defects. The government retains the right to terminate the contract for convenience or cause. The document mandates timely invoicing procedures, specifies the requirements for deliverables, and stipulates guidelines for intellectual property rights concerning data produced under the contract. Delivery timelines for boats are specified, with penalties for non-compliance. Furthermore, provisions to ensure competitive subcontracting practices and electronic payment submission are mentioned, emphasizing the importance of transparency and accountability throughout the contractual process. Overall, the RFP sets a comprehensive framework for the procurement process, ensuring that contractor operations align with governmental guidelines while maintaining quality and efficiency standards in boat construction.
    The document outlines a solicitation for commercial products and services specifically designed for Women-Owned Small Businesses (WOSB) as part of a federal contract. It includes key details such as the requisition number, solicitation number, award date, and the nature of the services/products sought. The primary focus is on providing program management and various support services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract framework, along with an emphasis on firm fixed pricing. The solicitation enumerates the supplies and services required, detailing items such as programming management, testing and evaluation, design and development, and various maintenance parts. Each item is assigned a unique identifier and specifies contract type, quantity, unit price, and essential delivery information, along with compliance with applicable Federal Acquisition Regulations (FAR). The structured format showcases a direct request for offers from potential contractors in a clear, objective manner to augment government operations. Overall, the solicitation demonstrates the federal government's effort to engage small and disadvantaged businesses, aiming to bolster diversity in procurement processes while fulfilling operational needs.
    The RFP NO. 70Z02324R00090001 outlines the contract terms and conditions for commercial products and services in response to government requirements, particularly for boat construction. Key topics include inspection and acceptance of deliverables; contractor obligations relating to assignment, changes, and dispute resolution; payment processes, including electronic invoicing and milestone payments; and provisions for termination for the government's convenience or for cause. It emphasizes the necessity for contractors to comply with applicable federal laws and standards while managing delivery schedules for boats, and mandates specific reporting and invoicing procedures. The contract also details requirements for subcontracting and intellectual property rights regarding data delivered under the contract. This document serves as a comprehensive guide to ensure compliance and proper execution of contracted services, primarily focusing on the timely delivery and acceptance of products within a government procurement framework.
    The document outlines the terms and conditions related to RFP NO. 70Z02324R00090001, which involves the procurement of boats for the US Coast Guard. It focuses on contract terms, including inspection and acceptance of goods, assignment and payment procedures, and contractor obligations regarding compliance with laws. Key points highlighted include the Government's rights to inspect goods, the invoicing process requiring specific details, and the terms for termination of the contract by the Government either for convenience or cause. Additionally, it emphasizes that the contract will be an indefinite-delivery/indefinite-quantity (IDIQ) contract with firm-fixed price delivery orders and specifies a delivery schedule of boats. The text addresses subcontracting competition and outlines the economic price adjustments applicable based on specific economic indicators such as the Bureau of Labor Statistics Producer Price Index. Overall, this contract aims to ensure that the Government receives compliant vessels while establishing clear guidelines for contractor performance and responsibilities, ultimately supporting the efficient procurement of much-needed maritime assets.
    The document pertains to RFP NO. 70Z02325R73120001 related to the US Coast Guard's TANB II program, providing a series of questions and clarifications from potential offerors regarding the solicitation. Key inquiries include the government’s provision of the Bureau of Labor Statistics Producer Price Index (PPI) values and the rejection of a proposal to include FAR 52.229-3 concerning federal, state, and local taxes. One notable request was for an extension to evaluate complex changes in the solicitation, which was denied. The offerors raised concerns about the ambiguous completion of a bid value section and the implications of potential additional tariffs on imported goods. The document emphasizes transparency in procurement processes and seeks to address offeror concerns while adhering to existing contractual guidelines. Overall, it reflects the government's intent to streamline responses to proposed changes while ensuring obligations related to taxes and pricing are clearly understood in the bidding process.
    The U.S. Coast Guard (USCG) is initiating the procurement of Trailerable Aids to Navigation Boats (TANB II) to update its fleet, focusing on manufacturing, outfitting, and delivering boats for servicing navigational aids. The scope encompasses project management, production, delivery, and training, ensuring compliance with operational specifications and maintenance requirements. The contractor fulfills several phases, including First Article Testing and Low Rate Initial Production (LRIP), while addressing specifications for quality assurance, design development, and logistics support. Key deliverables include adherence to specified technical standards, scheduled meetings for progress updates, and thorough documentation to facilitate government reviews. The contractor is also responsible for training personnel and ensuring the integration of advanced navigation systems. With a performance period stretching over seven years, the document details administrative responsibilities, inspection protocols, and the handling of sensitive information. This RFP illustrates the USCG's commitment to enhancing its navigational capabilities while emphasizing rigorous quality standards and collaboration with contractors throughout the project lifecycle, thus ensuring operational readiness and compliance with federal requirements.
    The United States Coast Guard's (USCG) Trailerable Aids to Navigation Boat, Second Generation (TANB II) specifications outline requirements for its construction, testing, and logistical support. Designed mainly for Aids-to-Navigation Teams (ANTs), the TANB II will deploy, recover, and maintain navigation aids like buoys while also serving in missions such as Search and Rescue, Marine Safety, and Environmental Protection. The document details extensive operational parameters, including speed (minimum 30 knots in calm waters), size (maximum length of 35 feet 10 inches), and operational endurance (capable of 160 nautical miles at 24 knots). Specific requirements for safety, reliability, and maintainability are also outlined, ensuring compliance with established safety standards. The TANB II must employ marine-suitable materials and provide configurations facilitating easy maintenance and access. The summary highlights the USCG’s commitment to operational effectiveness and personnel safety through a thoughtfully designed and constructed vessel intended for versatile maritime missions and hazard mitigation.
    The document outlines the technical data package and logistics support requirements for the United States Coast Guard's Trailerable Aids to Navigation Boat, Second Generation (TANB II). It specifies the need for comprehensive technical drawings, publications, provisioning data, and maintenance requirements. Contractors must provide detailed provisioning data for all items associated with the TANB II, including a Master Equipment Configuration List (MECL) for proper maintenance and part procurement. The Technical Data Package (TDP) includes 2-dimensional engineering drawings and detailed specifications that articulate the design, construction, and operational components of the boat. All submissions must adhere to established format standards, including AutoCAD compatibility and specific data rights governed by federal laws. Additionally, contractors are tasked with producing electronic technical manuals, OEM documentation, and a Boat Information Book (BIB) that consolidates operational and maintenance instructions for the vessel. The focus is on ensuring that all technical and maintenance information is accessible for USCG personnel to facilitate lifecycle support for the TANB II, adhering to safety and operational standards.
    The file outlines the requirements for the United States Coast Guard's Trailerable Aids to Navigation Boat, Second Generation (TANB II). Key components include the need for proper supply support, which entails maintaining spare parts and ensuring that deliveries follow stringent packaging and preservation standards. It emphasizes the importance of training for USCG personnel in both operation and maintenance of the TANB II, highlighting the structure and content of the training syllabus. Additionally, the document specifies the construction of mockups to aid in design evaluation and to ensure operational efficiency. The contractor is responsible for delivering the boat in a clean, preserved state and providing detailed documentation during shipping, including inventory lists and compliance with military marking standards. This project reflects the US government's commitment to enhancing operational readiness and safety through rigorous equipment maintenance and training protocols. Overall, the document serves to inform potential contractors of the comprehensive scope involved in fulfilling the RFP.
    The document outlines the data deliverables for the United States Coast Guard’s second-generation Trailerable Aids to Navigation Boat (TANB II) project. It specifies the schedule and requirements for submitting various reports and documentation at different project milestones, including formal meetings, design reviews, technical manuals, and training events. Key deliverables such as the Integrated Master Schedule, Preliminary Design Review, Critical Design Review, and Production Readiness Review must be submitted within defined timelines, often 45 days prior to events or within specified days after government comments. The structure includes categories for critical design documents, testing procedures, and logistics support, all essential for maintaining compliance and ensuring project transparency. This document serves as a crucial guideline within the framework of government RFPs, reflecting the Coast Guard’s commitment to structured project management and quality assurance for the TANB II production process.
    The file outlines the referenced standards for the Trailerable Aids to Navigation Boat – Second Generation (TANB II) project prepared by the United States Coast Guard's Commandant (CG-731). The document lists a comprehensive collection of industry standards, guidelines, and specifications imperative for the design and construction of maritime equipment. This includes references to ISO standards regarding hull construction and stability assessments, ASTM specifications for materials such as aluminum and stainless steel, as well as safety and electrical regulations under ABYC standards. Additionally, it incorporates federal regulations concerning environmental safety, electrical installations, and marking requirements for military shipments. The purpose of compiling these references is to ensure compliance with established safety, performance, and interoperability criteria essential for the development of effective navigation aids. By adhering to these standards, the U.S. Coast Guard aims to enhance operational efficiency and maintain safety in maritime environments, aligning with broader federal procurement and grant initiatives. The file's structure facilitates easy access to these regulations and serves as a guideline for contractors involved in the RFP processes for maritime projects.
    The document outlines the government-furnished information related to the Trailerable Aids to Navigation Boat – Second Generation (TANB II), prepared by the United States Coast Guard (USCG). It provides a detailed list of templates, guides, and manuals that are critical for the development and management of navigational aids. Key references include the Serial Number Report Template, Major Equipment Configuration List Template, and the Aids to Navigation Manual – Technical. It also includes specific USCG drawing templates and instructions for boat management. This compilation serves to support contractors and stakeholders involved in the TANB II project by ensuring they have access to necessary standards, formats, and historical equipment data. By distributing this information, the document aims to facilitate compliance with USCG regulations and enhance collaborative efforts within federal maritime initiatives.
    The document outlines RFP No. 70Z02324R00090001 by the U.S. Coast Guard for the Trailerable Aids to Navigation Boat, 2nd Generation (TANB II). It includes a detailed pricing worksheet for potential offerors to submit unit prices for various contract line item numbers (CLINs) during specified ordering periods. The pricing worksheet is divided into tabs to facilitate input for each year and item, assisting in the evaluation of total cost for anticipated orders. Key elements include management, production, delivery, training, design services, testing, and spare parts. The RFP specifies the structure required for pricing submissions, emphasizing accurate unit pricing for evaluation purposes. A ceiling price for materials and subcontracts is defined for CLINs associated with logistic support, impacting overall contract value calculations. Offerors must insert their pricing in designated areas, ensuring the U.S. Coast Guard’s analysis reflects anticipated expenditures throughout the contract timeline. This RFP exemplifies government procurement procedures aimed at establishing fair and competitive pricing mechanisms for essential services and products needed for navigational aids.
    The Past Performance Questionnaire for RFP No. 70Z02324R00090001 serves as an assessment tool for evaluating a contractor's previous performance on awarded contracts. It requires evaluators to rate various aspects of contractor performance, including quality of product or service, timeliness of compliance with schedules, management effectiveness, and regulatory compliance. Each aspect is rated on a scale ranging from Exceptional to Unsatisfactory, with specific justifications required to support the ratings given. The questionnaire includes detailed sections for inputting information about the contractor being evaluated, periods of performance, contract details, and project descriptions. Evaluators must also provide their contact information and an overall recommendation regarding the contractor's suitability for similar future work. The form emphasizes transparency and thoroughness in assessing contractors to enhance the decision-making process regarding contract awards in federal and state procurement contexts. Ultimately, the questionnaire aims to ensure high standards for government contracts by carefully scrutinizing contractor past performance, reinforcing accountability, and fostering quality outcomes in public procurement processes.
    The document outlines the specifications and inventory of Trailerable Aids to Navigation Boat, Second Generation (TANB II) equipment, specifically focusing on various types of buoys and related accessories. It details several types of buoys such as 5CPR, 5NPR, 6CPR, and several others, along with their corresponding page numbers for easy reference. The list includes different models designated by a combination of numbers and letters that indicate their specifications, such as buoy types by weight and functionality. Additional items documented include concrete sinkers, buoy chains, and a particular Dor-Mor sinker weighing 70 lbs. This document serves the purpose of providing a comprehensive inventory and technical details necessary for the U.S. Coast Guard (USCG), dated October 3, 2024. It is relevant to federal RFPs and grants as it outlines essential navigation equipment, vital for marine safety and regulatory compliance. This structured presentation is designed for stakeholders involved in maritime navigation, ensuring they have the necessary tools and equipment specifications readily available for procurement and operational support.
    This document provides a detailed overview of the U.S. Coast Guard's (USCG) locations of Tactical Response Teams (TANBs) across various districts. It lists a total of 65 units and 89 TANBs across multiple regions, primarily categorized into East, Gulf/GL, and West locations. Each entry includes specific addresses and contact information for operational readiness and coordination. The report identifies active teams such as the Aids to Navigation Team (ANT) and Strike Teams, designed for maritime safety and emergency response. The structured data sheds light on the strategic positioning of these teams to address marine emergencies effectively, support search and rescue, and maintain navigational aids. The compilation serves as a valuable resource for understanding the USCG’s operational capabilities and resources in ensuring maritime safety and security across U.S. waters.
    The document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) program, specifically targeting suppliers of commercial products and services. It serves as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with various service categories, such as program management, delivery, training, and design and logistics support, characterized by a firm fixed price structure. The solicitation specifies that the quantities of services are estimates, and includes codes for different services to be provided under the contract, adhering to the Federal Acquisition Regulation (FAR) guidelines. The document includes essential administrative details such as timelines for responses, contact information, and delivery expectations. Key sections detail the various supplies or services needed, estimated quantities, unit pricing, and other pertinent terms and regulations. This solicitation emphasizes promoting economic opportunities for women-owned businesses while establishing clear expectations and compliance requirements for governmental procurement processes, ultimately seeking efficient partnership for subsequent government projects.
    The document outlines the terms and conditions for RFP No. 70Z02324R00090001, focusing on the procurement of boats by the government. It details the inspection and acceptance processes, contractor responsibilities regarding nonconformities, and the assignment of payment rights. The RFP specifies a contractual framework which includes key aspects such as the definition of excusable delays, guidelines for invoicing, and payment mechanisms, including provisions for electronic funds transfer and prompt payment acts. The contractor's obligations include warranties, indemnifications for patent claims, tax inclusions, and compliance with various federal statutes. Additionally, the contract allows for termination for convenience or cause, providing the government with significant flexibility. Specific delivery schedules are mandated, emphasizing timelines for the delivery of boats post-design review and contract execution. There are stipulations for subcontractor selection and competitive procurement, as well as conditions surrounding intellectual property and data rights. Overall, the document establishes a comprehensive regulatory framework for fulfilling government contracting requirements, particularly within the context of U.S. laws governing vessel construction and procurement practices.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Cutter Boat - Aids to Navigation - Small (CB-ATON-S)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Cutter Boat - Aids to Navigation - Small (CB-ATON-S) under a total small business set-aside contract. The objective of this procurement is to produce and deliver trailerable cutter boats designed to enhance operations in the Inland Waterways and Western Rivers, replacing the current Inland Tender Fleet to ensure efficient construction, maintenance, and repositioning of navigational aids. This initiative is critical for maintaining navigational safety and operational efficiency on U.S. waters, with a defined period of performance spanning five years and an optional two-year extension. Interested vendors must submit their proposals by March 4, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of the Special Purpose Craft - Heavy Weather Second Generation (SPC-HWX II). This initiative aims to design, construct, and deliver specialized vessels capable of performing critical missions such as search and rescue, law enforcement, and environmental protection under severe weather conditions. The SPC-HWX II is expected to operate effectively in heavy seas and extreme temperatures, with specific requirements for durability, safety, and operational capabilities. Interested contractors should contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil for further details, with a total estimated contract value of $1,660,000 over a seven-year period and proposals due by the specified deadlines.
    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.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot aluminum Dive Support Boat, intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contractor will be responsible for the design, construction, and delivery of the vessel, adhering to strict specifications and requirements, including conducting a Design Maturity Review and ensuring compliance with safety and environmental regulations. This procurement is crucial for enhancing the operational readiness of naval forces, with a focus on specialized tactical support capabilities. Interested parties, particularly those qualifying under the Historically Underutilized Business (HUBZone) set-aside, should contact Robert Soto at robert.soto76.civ@us.navy.mil or 951-393-5218 for further details and to ensure compliance with submission deadlines.
    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.
    USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor capabilities for the dry-dock repairs of the USCG STA Los Angeles/Long Beach vessel. The procurement aims to identify qualified small businesses that can perform extensive repairs, including inspections and renewals of various systems, under a firm-fixed price contract anticipated to last approximately 90 days. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's fleet, ensuring that vessels are in optimal condition for service. Interested contractors must submit their responses by March 3, 2025, and can direct inquiries to Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil.
    Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Dry-Dock services at Station Bellingham for fiscal year 2025 under the solicitation titled "Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD." The procurement aims to secure a contractor capable of performing essential ship repair and maintenance services, including inspections, welding, and alterations, to ensure the operational readiness of Coast Guard vessels. This opportunity is particularly significant as it emphasizes the engagement of small businesses through a Total Small Business Set-Aside, promoting competition and compliance with federal procurement standards. Interested contractors should direct inquiries to Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil, with proposals due by the specified deadline outlined in the solicitation documents.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
    Tsunami 24 USV
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Tsunami 24 unmanned surface vessel (USV) and its associated components. The contract requires the USV to operate effectively in Sea State 3, with a range of 250 nautical miles, a cruise speed of 19 knots, and a payload capacity of 1,000 pounds, while being powered by a minimum of 300 horsepower and achieving a top speed exceeding 40 knots when unladen. This advanced maritime technology is crucial for enhancing operational effectiveness in various maritime environments, and the selected contractor will also provide integration, testing, evaluation, and training services at the NSWCDD facility. Interested parties should contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050 for further details, with a desired delivery timeline of less than three months from contract award.
    USCGC Waesche Dual Point Davit Modify
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to modify the Dual Point Davit (DPD) on the USCGC Waesche as part of a combined synopsis/solicitation. The project involves modifying the DPD for constant tension capability, installing a machinery space camera system, and conducting biennial maintenance inspections, with the work scheduled from March 10, 2025, to May 28, 2025, followed by sea trials on July 1, 2025, at the Coast Guard Base in Alameda, California. This procurement is critical for maintaining the operational readiness and safety of Coast Guard vessels, emphasizing compliance with the Surface Forces Logistics Center Standard Specification and thorough documentation of all maintenance activities. Interested small businesses should contact Kyler Fisk at kyler.c.fisk@uscg.mil or 949-288-1271, or Ulises Balmaceda at ulises.o.balmaceda@uscg.mil or 510-437-5438 for further details.