IX527 Barge Overhaul
ID: N00165725Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Ship Building and Repairing (336611)

PSC

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

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division, is seeking contractors for the IX527 Barge Preservation, Inspection, Repair, and Maintenance (PIRM) support services, located in Ketchikan, Alaska. The procurement involves a firm-fixed price contract for comprehensive PIRM services, including inspections, repairs, and maintenance, scheduled to take place from May 26 to July 6, 2025. This barge serves as a critical underwater research platform, necessitating adherence to stringent safety and regulatory standards throughout the project. Interested parties must submit their quotes and capabilities statements by 12:00 PM on November 18, 2024, with further inquiries directed to Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or by phone at 757-469-6784.

    Point(s) of Contact
    Files
    Title
    Posted
    The document N0016725Q0003 is an amendment to a solicitation regarding the IX527 Barge Preservation, Inspection, Repair, and Maintenance (PIRM) Support Services. It primarily revises the Statement of Work (SOW), emphasizing changes in the Contract Line Item Number (CLIN) descriptions, specifying that CLIN 0007 will now be considered "Not Separately Priced" (NSP). The amendment details the responsibilities of the contractor, including task management during the available period from May 26 to July 6, 2025, and outlines requirements for inspections, safety measures, documentation, and operational practices during the PIRM services. Key provisions include adherence to various standards for structural work and maintenance, including welding and repair requirements, environmental regulations, and inspection protocols to ensure service integrity and compliance with statutory guidelines. The document emphasizes the need for clear communication between the contractor and government representatives throughout all phases to ensure successful project execution. Overall, it underscores the government’s focus on accountability, compliance, and detailed operational execution in handling maintenance of the barge, further refining critical operational and safety processes.
    This document presents an amendment to a federal solicitation for a contract under the Naval Surface Warfare Center Carderock. The key purpose is to extend the deadline for the submission of offers to December 20, 2024, and for questions to December 11, 2024. It outlines evaluation criteria for quotations, emphasizing that the award will go to the responsible quoter with the lowest price that meets technical requirements. Quotes must adhere to specified minimum requirements and comply with regulations from relevant authorities. It highlights the importance of subcontracting plans for large businesses and outlines the requirements for technical capability. Essential factors for assessment include price and technical capability, where quotes must achieve at least an "Acceptable" rating to qualify for award consideration. Additionally, it sets procedures for clear communication regarding questions, the site visit schedule, and process for potential contract modifications or negotiations. This document illustrates government procurement processes, particularly focusing on achieving cost-effectiveness while maintaining compliance with regulatory standards in contracting practices.
    The document is an amendment to a solicitation by the Naval Surface Warfare Center Carderock, extending the response and question submission deadlines for contractors interested in submitting offers. The new response deadline is set for January 17, 2025, while questions must be submitted by January 8, 2025. Key points include clarification of evaluation criteria for contractor quotes, which will be assessed based on price and technical capability, among other factors. Quotes must meet minimum requirements outlined in the Performance Work Statement (PWS) and adhere to safety and regulatory standards. The document underscores the importance of subcontracting plans for larger businesses while emphasizing that small businesses are exempt from such requirements. A site visit is scheduled for November 5, 2024, allowing potential bidders to better understand project specifics. The amendment aims to ensure that contractors are adequately informed and capable of meeting project expectations within established compliance guidelines, thereby supporting successful contract awards.
    The document outlines an amendment to Solicitation N0016725Q0003 for the IX527 Barge Preservation, Inspection, Repair, and Maintenance (PIRM) Support Services. The amendment includes the incorporation of Request for Clarifications (RFCs), revisions to the Statement of Work highlighted in red text, and an extension of the response due date to January 21, 2025, at 12 PM EST. Key changes involve updates to various attachments, including the requirement for detailed inspections, maintenance guidance, and the process for dry-docking and repairs to ensure compliance with safety and regulatory standards. The IX527 Barge, serving as a vital underwater research platform, is slated for significant maintenance and repair activities during its availability from May 26, 2025, through September 15, 2025. The document emphasizes ensuring proper workmanship, material quality, and adherence to government regulations throughout the contract process, reflecting the responsibilities of both the contractor and the government representative in oversight and execution. This solicitation amendment demonstrates the government’s rigorous procurement process in maintaining and enhancing critical marine assets.
    This document serves as an amendment to a federal solicitation, specifically notifying the cancellation of Solicitation No. N0016725Q0003. The requirement is being transitioned to the Large Contract Branch, indicating a significant administrative change in the contracting process. Key details include the names of the contracting officer and contractor, a specified effective date of 27-Jan-2025, and instructions for acknowledging receipt of this amendment. The document clearly outlines that the terms expressed in previous versions remain unchanged unless specified herein. It emphasizes the necessity for contractors to acknowledge the amendment to avoid potential rejection of their offers. Overall, this amendment reflects procedural adjustments in managing federal requests for proposals, ensuring compliance with governmental contracting regulations and processes.
    The Project Planning Chart, outlined in the Data Item Description (DID) DI-MGMT-80507C, serves as a graphical tool to track and report the schedule and progress of tasks on a government contract. This document details formatting and content guidelines for the chart, which should visually represent milestones, actual progress by percentage, specific task descriptions, and critical dates related to contract performance. The chart must include total manhours and funds expended per task, providing cumulative totals for each reporting period. Essential elements of the chart include contractor details, contract title and number, delivery dates, and completion statistics. This DID ensures standardized reporting for fixed-price contracts and aims to maintain accuracy in reflecting all work effort, even if tasks are halted. Overall, the Project Planning Chart is a pivotal element in monitoring project status and fostering accountability in government contracts.
    The document pertains to the Defense Logistics Agency (DLA) and specifies guidelines for accessing its resources through the DLA's assistive website. It primarily serves as an informational guide for entities seeking to submit proposals or applications under government RFPs and grants. The emphasis is on verifying the source to ensure the version of the document is current before use. This protocol underscores the importance of utilizing the most up-to-date information when engaging with federal procurement and funding opportunities. The structure of the document indicates a straightforward orientation, focusing on accessing resources necessary for effective participation in government contracting processes. Overall, the file is a foundational resource for government analysts, contractors, and agencies involved in federal and state procurement activities, directing them to maintain accuracy and compliance with ongoing updates to DLA resources.
    The document outlines the requirements for a Vessel Docking and Undocking Plan, designated as DI-MGMT-82094, which is critical for the safe and efficient operation of docking and undocking vessels. This plan must be submitted to the government for review and approval prior to each operation, ensuring adherence to safety protocols and operational guidelines. Key components of the plan include detailed docking procedures covering operating practices, safety and security plans, and necessary precautions based on docking methods. Additionally, the plan requires specifications such as a pumping schedule, trim and stability requirements, and a scaled drawing showcasing the docking setup. It emphasizes that at least 90% of docking blocks should contact the vessel's structural integrity points, including longitudinal strength members and transverse bulkheads. Overall, this document serves as a guideline for contractors to prepare a comprehensive docking plan that supports safe vessel operations while meeting federal standards. It is essential for ensuring safety during maritime activities and aligns with broader government initiatives for compliance in maritime operations.
    The provided document appears to be corrupted or unreadable, containing nonsensical characters and no discernible content related to government RFPs, federal grants, or state and local RFPs. Therefore, it cannot be summarized in a coherent manner since no clear topic, key ideas, or supporting details can be identified. This inability to access any meaningful information from the file prevents the generation of an accurate, comprehensive summary. Additional steps would be required to recover or analyze any actual content related to government procurement or funding opportunities.
    The Government Property (GP) Inventory Report, identified as DI-MGMT-80441D, facilitates contractors in providing a comprehensive inventory of both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). This report is mandatory for all contracts involving GP. The document outlines the format and content specifications necessary for submitting this inventory, requiring an electronic report in .xls or .xlsx format. Key components of the report include contract identification details, descriptions of items, manufacturer information, asset locations, and classifications of government property. The report aims to ensure accurate tracking and management of GP throughout the contract lifecycle, fostering accountability and efficient resource use. This data item description replaces the previous version, DI-MGMT-80441C, emphasizing the importance of accurate data and proper inventory management in government procurement practices. The clear guidelines and specific fields required for the report enhance compliance and oversight within federal grants and contracts.
    The Technical Data Report (TDR), identified as DI-MGMT-82165, functions as the Department of Defense's (DoD) system for collecting technical parameters as part of the Cost, Software, and Data Reporting (CSDR) requirements. This report supports multiple DoD activities including cost database development and program reviews. The TDR is structured into four groups: Report Metadata, DD FORM 2794 Data Elements, Technical Data Parameters, and Technical Data WBS Mapping. It aims to ensure accurate technical data reporting across the entire lifecycle of programs, from initial design to operation and support. Reporting entities must adhere to guidelines specified in the relevant DoD instructions and manuals, ensuring that technical data aligns with project needs. All submissions must be unclassified and follow the specific electronic reporting requirements through the Defense Cost and Resource Center's platform. The TDR ultimately facilitates effective and informed decision-making within DoD cost and program management by providing necessary data for assessments.
    The document appears to contain corrupted or nonsensical data, making it impossible to extract coherent information or discern a clear purpose related to government RFPs, grants, or state/local initiatives. The content lacks recognizable structure and key points, which are essential for summarization. Without substantial context or relevant details, it cannot be analyzed for its main topic or logical flow. Therefore, no meaningful summary can be generated, and the document's essence remains indeterminate due to its compromised format.
    The document presents the Data Item Description (DID) DI-SESS-81000F, which outlines the requirements for Product Engineering Design Data and Associated Lists in military acquisitions. The DID is intended to serve as a comprehensive technical description that facilitates competitive procurement and maintenance of military items. It emphasizes that the data must reflect the current design maturity and be tailored to meet the minimum data requirements of specific contracts. Key elements include the design data's format, content, and necessary documentation covering performance ratings, manufacturing processes, and environmental conditions. It further specifies that data must include details for accurate fabrication and compliance with various standards. Finally, it provides guidelines on identifying contractor and government codes, as well as vendor specifications for purchasing items that meet established criteria. This DID aims to ensure that product designs are effectively communicated and replicated, enhancing logistical support and quality control in the military acquisition process.
    The document outlines the Contract Data Requirements List (CDRL) associated with a federal government contract for project planning concerning a barge support initiative. It specifies the necessary data items to be submitted by the contractor, including a detailed project schedule with milestones such as kickoff meetings, dry dock availability, and anticipated work completion dates. The contractor is obligated to provide an initial project schedule upon contract award and subsequent weekly updates. The distribution of the document is restricted to the Department of Defense (DOD) and authorized contractors for administrative or operational use only. The summary emphasizes compliance with submission requirements and the importance of timely updates to ensure efficient management of the project within the prescribed parameters. Overall, the CDRL serves to facilitate structured communication and accountability in project execution, embodying typical oversight processes within government RFPs and contracts.
    The document presents a Contract Data Requirements List (CDRL) for a digital imaging reporting contract involving the Naval Surface Warfare Center. It outlines the responsibilities of the contractor, who must provide weekly digital imaging reports to the government, commencing after contract initiation and continuing each Friday until contract completion. The documentation requires that photographs be sent on compact disks to designated points of contact within the Navy. The contract ensures that reports are used strictly for administrative or operational purposes, as authorized to the Department of Defense and its contractors. The document includes various administrative details such as contract references, due dates for submissions, and a distribution statement. The overall purpose of the document is to establish clear guidelines and expectations for data collection and reporting as part of government operations, reflecting the structured approach of federal RFPs.
    The provided document outlines a Contract Data Requirements List (CDRL) relating to a specific agreement for vessel docking and undocking planning. It caters primarily to the Department of Defense, detailing responsibilities and deadlines for contractors in preparing a comprehensive plan. Key components include the submission of a draft plan for approval no later than five working days before a pre-docking conference and subsequent final plan submission. The document highlights the distribution restrictions, indicating it is authorized for use strictly within the DoD and its contractors for administrative purposes, alluding to sensitive operational aspects. Additionally, it specifies contact personnel for submissions and provides a structured format for data submission related to the contract, emphasizing the importance of adhering to established timelines and protocols for smooth operational execution. Overall, the document establishes clear expectations and obligations for the contractor involved in this defense-related project.
    The document appears to be a corrupted or unreadable government file, likely related to federal and state requests for proposals (RFPs) or grants. It covers various aspects of government procurement processes, including potential requirements and guidelines for submitting proposals. While the specific content is obscured, typical topics would include eligibility criteria, application procedures, evaluation methods, and compliance with federal regulations. The file's context suggests it serves as a guide for entities seeking federal support or contracts, emphasizing transparency and accountability in government spending. The document's structure likely follows a typical format found in RFPs, detailing project scopes, timelines, and funding considerations, although this cannot be confirmed due to the corruption of visible data. Overall, the document's purpose is to facilitate the provision of federal and state funding through clearly defined processes for applicant organizations.
    The document outlines the requirements for a Contract Data Requirements List (CDRL), focusing on the submission of qualification certifications for personnel tied to a specific contract for the NSWCCD's Barge PIRM Support. It details the necessary information to be completed by contractors, such as the contract number, contractor details, and various submission requirements including distribution statements. Specifically, the contractor must provide certification reports confirming personnel qualifications to perform designated tasks, which are required at the time of contract award. The distribution of this document is limited to the Department of Defense and approved U.S. DOD contractors. Additionally, the document includes electronic contact information for personnel who will receive the qualification certifications. The purpose of this file is to ensure that all contractors are compliant with qualification standards for work assigned under the contract, thus maintaining a high level of operational capability within the Department of Defense.
    The document outlines the Contract Data Requirements List (CDRL) for a government project involving the Government Property Inventory Report. It specifies essential data collection for the management and reporting of government-furnished property, emphasizing that only government property should be reported, excluding contractor-acquired assets. Contractors must utilize a provided Excel tracking template and submit the initial report within 30 days post-contract award, followed by quarterly updates. The report's distribution is limited to the Department of Defense and approved contractors for administrative purposes. Delivery methods include encrypted email or DoD Safe, with specified points of contact for submissions. Overall, this CDRL ensures strict oversight and management of government property throughout the contract duration.
    The document outlines the Contract Data Requirements List (CDRL) for a specific government contract related to welding procedures. It specifies that the contractor must submit welding procedures to the government for approval prior to initiating any work. The contractor is also required to provide updates to these procedures based on feedback from the government, with a deadline for updates set at 10 days until acceptance is achieved. Key points include the distribution of welding procedures to designated government contacts and the emphasis on compliance with deadlines for submissions. The distribution statement indicates that the document is authorized for use only within the Department of Defense and U.S. DOD contractors for administrative and operational purposes. The procedure aims to ensure that the welding practices adhere to requisite standards, enhancing the overall quality and safety of the contract's execution.
    The CONTRACT DATA REQUIREMENTS LIST (CDRL) outlines the data item requirements for a specific government contract, emphasizing the contractor's obligation to submit a list of materials for approval before installation. The document is structured into various components, including contract identifiers, specifications, and contact information for government personnel responsible for approvals. The contractor is required to provide details regarding new materials, which must be reviewed and authorized by the Department of Defense (DOD) representatives before any implementation. Distribution is restricted to DOD and related contractors, indicating confidentiality in managing sensitive operational information. This process ensures compliance and quality control in procurement, reflecting the government's commitment to maintaining standards in defense contracting. Overall, the CDRL serves as a vital instrument in the framework of federal contracts, ensuring that proper oversight is exercised in material usage for government projects.
    The document outlines the Contract Data Requirements List (CDRL) for a federal contract related to the Quality Assurance and Shelf-Life Extension Testing for paints, sealers, adhesives, and related products. It indicates that the contractor must submit a Paint Quality Assurance (QA) Plan at the time of contract award. The plan needs to be provided electronically to designated points of contact at the Naval Surface Warfare Center. The document specifies submission dates and distribution statements, with the restriction that the information is authorized for Department of Defense and associated contractors only. It serves as a structured guide for submitting crucial data items aligned with the specifications of the contract, ensuring compliance with quality standards in government procurement processes. The estimated reporting burden for respondents is approximately 110 hours per response, reflecting the complexity and thoroughness required in preparing the necessary documentation.
    The document outlines a Contract Data Requirements List (CDRL) for a technical data report to be provided by a contractor to the Department of Defense (DoD). The contractor is tasked with creating six sounding tables, each corresponding to confined spaces specified in the Statement of Work (SOW). The final report is due by July 2024, with a detailed submission process that includes both digital and physical copies sent to designated government representatives. The distribution of the report is restricted to the DoD and its contractors for administrative or operational purposes. The document emphasizes the importance of compliance with submission deadlines and distribution requirements, reflecting standard procedures within government Request for Proposals (RFPs) and contract management. Overall, it serves as a framework for ensuring that technical data is systematically gathered, reviewed, and distributed in adherence with regulatory standards.
    The provided document outlines the Contract Data Requirements List (CDRL) relevant to a contract within the Department of Defense (DoD). It includes detailed requirements for submitting repair plans by the contractor, as specified in the Statement of Work (SOW). Key components include the identification of relevant contract and contractor information, with specific data items, such as titles, authorities, and submission details. The CDRL mandates that repair plans be submitted electronically for approval to designated government representatives, ensuring compliance with federal standards. The distribution statement limits access to DoD and U.S. contractors for administrative use, emphasizing the confidentiality of the information. This document serves as a formal request for necessary data related to repairing systems or items under the contract, highlighting the stringent processes governing federal contracts and the importance of accurate communication between contractors and federal agencies.
    The document outlines the requirements for a Contract Data Requirements List (CDRL) associated with the inspection of corrosion in aluminum bronze and nickel-aluminum bronze components. It indicates that the contractor must provide a Corrosion Test Plate Inspection Book to facilitate inspections, including various data specifics for each test plate. A draft of the inspection book must be submitted to the government for approval, with a final submission required after addressing any comments. Distribution is restricted to the Department of Defense and authorized contractors for operational use, with other requests being redirected to a specific government division. Key points include the necessary documentation timelines, contact information for government representatives, and the requirement to meet standards outlined in the applicable military specifications. This document emphasizes compliance and thoroughness in the inspection process, integral to maintaining military component integrity.
    This document outlines the Contract Data Requirements List (CDRL) for a government contract regarding test procedures associated with a specified system or item. It emphasizes the contractor’s responsibility to prepare and submit a written test procedure aimed at verifying the functionality of all installed components. The procedure must be submitted to the government 15 days prior to testing for approval, after which the contractor will execute the testing and provide results. The distribution of the document is restricted to the Department of Defense and authorized contractors for administrative use, with specific contacts designated for electronic submission. The estimated total price is not mentioned but is indicated as to be determined. This CDRL illustrates essential requirements within the framework of federal government contracts, emphasizing accountability and structured communication between contractors and government representatives.
    The document outlines the Contract Data Requirements List (CDRL) for a specific contract related to the Naval Surface Warfare Center. It details the requirements for submitting a Safety Data Sheet (SDS) report, including data acquisition references, contractor obligations, submission frequency, and contact information for points of contact at the Department of Defense (DOD). The estimated time for completing submission preparations is about 110 hours. The purpose of this document is to ensure that contractors provide necessary safety documentation electronically to designated officials upon contract award, emphasizing compliance with federal regulations and standards. The distribution of this data item is authorized to DOD and its contractors, with additional guidelines for handling requests outside of this group. Overall, the CDRL ensures effective communication and regulatory adherence related to safety data within government contracting processes.
    The CONTRACT DATA REQUIREMENTS LIST (CDRL) outlines the required information associated with a government contract, specifically focusing on the logging and submission of data regarding the location of zinc used in a project. The document is designed for the Department of Defense (DoD) and is governed by OMB control number 0704-0188, which mandates the collection of this data. Key components include contractual details like the contractor's information, data item numbers, required submissions, and distribution statements, underscoring the importance of compliance with established protocols. The contractor is required to provide specific documentation, such as drawings showing zinc locations, at the time of contract award. Additionally, safety data sheet reports must be submitted electronically to designated government contacts. Overall, the document emphasizes accurate record-keeping and adherence to safety and administrative protocols in government contracting processes.
    The document is a Request for Quotes (RFQ) from the Naval Surface Warfare Center Carderock Division (NSWCCD) for the procurement of Preservation, Inspection, Repair, and Maintenance (PIRM) support services for the IX527 Barge, located in Ketchikan, Alaska. The RFQ outlines specific services required, including a detailed scope of work, project scheduling, compliance with regulations, and safety measures. Interested parties must submit quotes and capabilities statements by 12:00 PM on November 18, 2024, with anticipations of a firm-fixed price purchase order being awarded. The document details technical specifications, inspection protocols, and contractual obligations, emphasizing the importance of adherence to government standards and guidelines throughout the process. It also addresses environmental, safety, and operational requirements, ensuring that the contractor is fully accountable for the PIRM services during the project scope outlined from May 26 to July 6, 2025. The RFQ is not set aside for small businesses and outlines the necessity for detailed communication and reporting between the contractor and the government representative, focusing on maintaining quality and safety standards.
    Lifecycle
    Title
    Type
    IX527 Barge Overhaul
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 Intermediate Maintenance Availability (IMAV) of Commander, Pacific Fleet Berthing and Messing Barge YRB-30
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is soliciting proposals for the FY25 Intermediate Maintenance Availability (IMAV) of the berthing and messing barge YRB-30, located in Yokosuka, Japan. The contract requires comprehensive maintenance and repair work on the vessel, which serves as temporary accommodations for warship crews, including system overhauls, inspections, and compliance with Navy safety and operational standards. This opportunity is critical for ensuring the operational integrity and safety of the barge, which plays a vital role in supporting naval operations in the Pacific Fleet. Interested contractors must have a current Master Ship Repair Agreement and are encouraged to contact Neil Flint at neil.s.flint.civ@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further details, with the contract performance period scheduled from May 15 to September 30, 2025.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor for the maintenance, repair, and preservation of two Naval vessels, TWR-7 and TWR-8, at the Puget Sound Naval Shipyard in Bremerton, Washington. The project involves a comprehensive scope of work including modernization tasks such as hull cleaning, installation of new components, and thorough inspections, with the expectation that the contractor's facility can accommodate both vessels. This procurement is significant for ensuring the operational readiness and longevity of critical naval assets, with a total small business set-aside under NAICS code 336611. Interested contractors should prepare for a request for proposals anticipated to be posted in January/February 2025, with contract awards expected in April 2025. For further inquiries, interested parties may contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    Security Craft (TWR6) Ship Yard Work
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking proposals from qualified small businesses for the maintenance and repair of the 87-foot Torpedo Weapons Retriever (TWR6) vessel. The procurement involves extensive drydocking and repair work, including hull maintenance, deck refurbishments, and inspections of critical systems to ensure the vessel's operational readiness for naval research missions. This initiative underscores the importance of maintaining the Navy's maritime capabilities and safety standards, with proposals due by February 20, 2025, and a delivery timeline of 45 days post-award. Interested vendors should contact Michael Broomfield at michael.h.broomfield.civ@us.navy.mil or call 202-875-9785 for further details and to confirm their eligibility for this small business set-aside opportunity.
    20--PISCES Fleet Inspection Repairs
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors to perform fleet inspection repairs on the NOAA Ship PISCES, with a focus on various maintenance tasks scheduled from March 5 to March 19, 2025. The contractor will be responsible for providing all necessary parts, labor, and expertise to complete repairs, including tank and void cleaning, valve replacements, and the installation of new heating systems, while adhering to strict safety regulations and obtaining required certifications. This procurement is crucial for maintaining the operational readiness of NOAA's research vessels, ensuring compliance with federal safety standards. Interested small businesses must submit detailed quotes, including past performance references, to Christopher Baker at NOAA by the specified deadline, as this opportunity is set aside for small business participation.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical 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, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.
    Murden Shipyard Repair Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and maintenance of the Dredge Murden at a shipyard facility in Wilmington, North Carolina. The contractor will be responsible for providing labor, materials, and services to perform extensive repairs, including dry-docking, cleaning, and compliance inspections by the American Bureau of Shipping and U.S. Coast Guard, with a contract duration of up to 90 days. This procurement is crucial for maintaining the operational integrity of the dredge, which plays a significant role in marine engineering and environmental infrastructure projects. Interested small businesses, particularly those owned by service-disabled veterans, must submit their quotes and technical proposals electronically by 3:00 PM ET on February 24, 2025, and direct any inquiries to Diana Curl or Rosalind M. Shoemaker via email.
    2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the anticipated 2026-2028 maintenance dredging project at Homer Harbor and Ninilchik Harbor in Alaska. The project involves pre- and post-dredge surveys, annual maintenance dredging, and the upland/intertidal placement of dredged materials, with an estimated construction value between $1 million and $5 million. This maintenance work is crucial for ensuring navigability and safety in the harbors, which are vital for local maritime activities. Interested firms are encouraged to submit their capabilities packages by February 24, 2025, to Melanie DePuy at melanie.depuy@usace.army.mil or Jennifer Gosh at jennifer.gosh@usace.army.mil, as registration in the System for Award Management (SAM) is required for eligibility.
    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.
    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.
    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.