J--HAULOUT OF THE R/V KIYI
ID: 140G0225R0017Type: Combined Synopsis/Solicitation
AwardedSep 23, 2025
$482.8K$482,793
AwardeeSHIPBUILDERS OF WISCONSIN, INC. 1811 SPRING ST Manitowoc WI 54220 USA
Award #:140G0225C0010
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Geological Survey (USGS), is seeking proposals for the haulout, inspection, maintenance, and repair of the Research Vessel Kiyi, which is homeported in Ashland, Wisconsin. This procurement is a total small business set-aside under NAICS code 336611, focusing on shipbuilding and repairing services, and aims to ensure the vessel's operational integrity for fisheries research in the Great Lakes. The contract performance period is set from October 1, 2025, to May 1, 2026, with proposals due by July 18, 2025. Interested contractors should contact Mary Wilson at bwilson@usgs.gov or call 573-397-2277 for further details.

    Point(s) of Contact
    Wilson, Mary
    (573) 397-2277
    (573) 876-1896
    bwilson@usgs.gov
    Files
    Title
    Posted
    The document outlines technical specifications and details related to the installation of a sonar tube and transducer for a marine vessel project managed by the Army Corps of Engineers' Marine Design Center. Key elements include the construction and assembly of various components such as a transducer diaphragm, retainer rings, and an 18-inch manhole, utilizing materials like neoprene gaskets and B.F. Goodrich ASW compound. Specific engineering notes emphasize the need for watertight seals using Teflon packing and the careful handling of castor oil in the transducer wells. Detailed drawings provide instructions for dimensions, materials, and placements, with reference designations aiding in navigating the specifics. The document also includes design references and approval signatures, indicating its formal role in federal project specifications. Overall, this technical document illustrates the meticulous planning and requirements that underlie government-funded marine projects, ensuring quality and compliance with industry standards.
    The document outlines a ventilation modification plan for the R/V Kiyi, managed by the US Geological Survey in Ashland, WI. The plan involves upgrading existing ventilation systems in accordance with ABS (American Bureau of Shipping) regulations for marine vessels. Key modifications include the installation of new 2-inch vents for net storage and lazarette, as well as two 120 VAC axial fans. Specific guidance is provided for materials and construction standards, including the use of ABS Grade A steel and ASTM specifications. Notably, the project emphasizes thorough pre-installation checks, proper welding techniques, and accurate fan orientation to ensure effective airflow. The documentation is marked as confidential, emphasizing its proprietary nature and restrictions on disclosure. This modification is essential to meet safety and operational standards for the vessel's functionality.
    The document outlines specifications for a fresh water system designed for a Great Lakes research vessel, referenced as project number 589-C645-01. The document includes detailed engineering drawings and a bill of materials needed for the potable water system, including tank specifications, piping materials, valve types, and related components. Key features emphasize the need for proper insulation of hot and cold water pipes, low point drains for winter storage, and compliance with U.S. Public Health Service requirements for cleaning and sterilizing the water tanks prior to service. The design mandates specific materials, such as bronze and stainless steel, for durability and safety. Additionally, various water tank capacities and pressure pump specifications are listed, indicating a stringent standard for functionality. Overall, this document serves as a technical guide for manufacturing and implementation, ensuring the vessel's fresh water system meets federal regulations and operational needs.
    This document outlines the modifications required for the installation of a Starlink antenna on the Research Vessel Kiyi, managed by the U.S. Geological Survey in Ashland, Wisconsin. The key focus is on mounting adjustments, specifying the need for a new pipe stanchion and gusset plates, as well as changes to the handrails to ensure no interference with the antenna installation. Notable guidelines emphasize adherence to American Bureau of Shipping (ABS) standards for marine vessels, including welding practices and material specifications. The installation process requires securing the antenna's cable to maintain a neat appearance. Overall, this document serves as a technical instruction set for the modifications aimed at optimizing communications technology on the vessel while ensuring structural integrity and compliance with safety regulations.
    The document appears to be a source of contact information for JMS (presumably a business or organization) located at 70 Essex St., Mystic, CT. It lists multiple forms of contact, including a voice number, fax number, and an email address, all repeated thrice, suggesting a potential clerical error or redundancy in the file. The repetition does not provide further information about any government RFPs, grants, or proposals. As it stands, the document lacks substantive details regarding the context of governmental engagements or specific projects. Thus, it serves primarily as a reference for communication rather than addressing any key topics related to federal or state initiatives.
    The SFLC Standard Specification 0740 provides comprehensive guidelines for welding, fabrication, brazing, inspection, and associated processes on Coast Guard boats and cutters. It establishes necessary requirements for contractors, emphasizing the need for certified welders and approved welding procedure specifications (WPS). The document is structured into key sections, including definitions, references to military and commercial standards, general welding requirements, and specific appendices. Key points include adherence to selected welding codes, detailed documentation requirements, such as welder certification maintenance and procedure qualification records, and stipulations regarding stray current protection during welding. Additional requirements address joint design, surface preparation, filler material restrictions, and nondestructive examination methods to ensure weld integrity and safety. The specification also outlines advanced welding practices for critical materials, including high yield and special treatment steels. Overall, the document reflects the Coast Guard’s commitment to maintaining high safety and quality standards in maritime construction and repair, providing a critical framework for government contracting processes in this sector.
    The Stability Analysis report for the R/V Kiyi, prepared by JMS Naval Architects, assesses the vessel's stability following recent modifications for the U.S. Geological Survey. The analysis includes a computer model of the ship, updates on weight and center of gravity, and simulations of various load conditions. Key findings indicate that the Kiyi meets stability requirements as outlined by U.S. Coast Guard regulations 46 CFR § 170.170 (Weather Criteria) and § 170.173 (Righting Energy Criteria) across all evaluated load cases. The report details adjustments to loading conditions, particularly regarding deck cargo, which decreased due to an increase in lightship weight and center of gravity. Six normal and additional load cases were developed to account for different operational scenarios, demonstrating compliance with stability and lifting criteria. Appendices provide calculations and models supporting these results. This analysis underlines the vessel's preparedness for its operational roles in fisheries research within the Great Lakes while adhering to established safety standards and maintenance practices.
    The document details a review by ABS Global Engineering for the vessel “KIYI,” indicating compliance with federal regulations for navigation and vessel inspection. The review follows a repower and midlife refit, setting specific operational guidelines, including a maximum molded draft and freeboard requirements to maintain stability within the Great Lakes' jurisdiction. Key responsibilities are outlined for the vessel owner and master, emphasizing stability verification during loading and the importance of adhering to the included operating restrictions. It specifies the need for a stability letter and load line certificate to be posted in the vessel's pilothouse, reinforcing that ABS bears no operational responsibility. The attached stability letter, dated July 23, 2021, lists operational limitations, including the maximum number of personnel, weight constraints, and restrictions on tank usage and lifting operations. The stability calculations are based on specific lightship characteristics, stressing that any alterations could invalidate the stability letter. The document captures critical safety and operational guidelines essential for ensuring regulatory compliance and safe vessel operation. It serves as a formal communication between ABS and the vessel owner, delineating responsibilities and operational conditions that must be followed for compliance with maritime regulations.
    The document is a technical drawing for a Lines Plan related to the Great Lakes Research Vessel project, managed by the Marine Design Center under the U.S. Army Corps of Engineers. The drawing illustrates the hull design specifications and structural details of the vessel, with a scale of 3/8" = 1'-0". Key dimensions include the overall length of 106'-7", width of 27'-0", and depth of 11'-10 3/4". It features various deck edges, frame bases, and specified bulwark and deck heights, which are fundamental for ensuring the vessel meets design and safety requirements. Additionally, the document provides a table of offsets indicating molded dimensions, along with general notes emphasizing the importance of accurate non-linear fittings in the vessel construction. The particulars of the plan reflect compliance with engineering standards and underscore the project's commitment to producing a robust and efficient research vessel.
    The document outlines specifications for the installation of a bow thruster on the Great Lakes Research Vessel, managed by the Marine Design Center of the Department of the Army Corps of Engineers. It includes detailed drawings, dimensions, and materials required for the installation process. Key components specified are an 18-inch diameter bow thruster tunnel, a 50 HP electric motor, and a dual propeller configuration from the WESMAR model. The document emphasizes precise measurements and material specifications for structural integrity and operational efficacy. The information provided serves as a guide for contractors responding to a solicitation under the project number DACW61-98-R-0007, ensuring compliance with design and engineering standards for marine construction. This document appears to be part of a larger federal procurement strategy aimed at enhancing the capabilities of government research vessels through specialized installations.
    The document outlines the specifications for a hydraulic steering system intended for a Great Lakes research vessel, prepared by the Department of the Army Corps of Engineers' Marine Design Center. It includes detailed drawings and materials lists essential for constructing the steering arrangements, highlighting components such as rudder stocks, hydraulic power units, and various steel types used in fabrication. Specific requirements for the hydraulic system's operational pressures, material grades (e.g., A36 and A519), and safety ratings are discussed. The document is structured into sections that communicate design dimensions, component functions, and assembly instructions, ensuring compliance with regulatory standards. The purpose of this document is to guide contractors in responding to the associated Request for Proposals (RFP) by outlining technical requirements and ensuring that the delivered product meets operational and safety standards.
    The document appears to provide basic contact information for an entity based at 70 Essex St., Mystic, CT. It lists a voice phone number, fax number, and an email address, indicating a point of contact for inquiries or correspondence. However, it lacks specific details about the purpose or context, such as RFPs or grants, and does not contain any descriptive content regarding projects, proposals, or funding opportunities. Therefore, while it presents essential contact information, it does not convey substantive information typically associated with government RFPs, federal grants, or local initiatives. Overall, the document serves as an administrative reference without additional context or project details.
    This document outlines the technical specifications and requirements for a modification involving the installation of a new Duramax 5" DryMax shaft seal and an adapter plate on the R/V Kiyi, owned by the U.S. Geological Survey. The modification is critical to replace the existing Pooch seal assembly, ensuring compliance with ABS (American Bureau of Shipping) standards for marine vessel construction. Key instructions include confirming all dimensions before installation, adhering to specific welding rules, and ensuring all materials meet ABS requirements. The shipyard is responsible for supplying any additional hardware needed for the installation. Additionally, the water supply is to be rerouted properly to accommodate the new seal housing. Overall, the document serves as a guideline for the implementation of upgraded components to enhance the vessel's operational efficiency while maintaining safety and compliance with marine regulations.
    The document outlines the design specifications and materials for the Bilge and Ballast System of a Great Lakes Research Vessel, as developed by the Marine Design Center (MDC) under the Corps of Engineers, Department of the Army. It serves as part of solicitation DACW61-98-R-0007, aimed at detailing the technical and structural requirements for a new marine vessel. The key components include material specifications for piping and valves, dimensions for tanks, and an outline of the system's operational conditions, such as pressures and flow rates. It details the installation of various components, including pumps, valves, and strainers, while providing references for installation practices and safety measures. The purpose of this file is to solicit bids and proposals from contractors to execute the design and construction of a sophisticated marine ballast system, ensuring compliance with rigorous engineering standards and safety protocols crucial for operational efficiency in marine environments. The document lays the groundwork for potential contractors, emphasizing the importance of robust and reliable systems in federal marine projects.
    The document details the specifications and requirements for modifications to the davit of the R/V Kiyi, a marine vessel operated by the US Geological Survey. It outlines the need for a new pipe section measuring 36 inches in length, constructed of 6-inch Schedule 40 steel, and compliant with ABS (American Bureau of Shipping) rules for marine vessel construction. Key requirements include confirming all dimensions before installation, adhering to ABS welding standards, and ensuring all materials meet ABS specifications, with steel categorized as ABS Grade A. The document also specifies the existing conditions and components related to the davit modifications, including details about existing fittings, brackets, and geometry on the vessel's deck. Overall, this document serves as a technical guide for contractors engaged in the vessel's structural modifications, emphasizing adherence to safety and regulatory standards crucial for maritime operations.
    The document outlines the design specifications and drawings for the Great Lakes Research Vessel, specifically detailing the hull outfit and fittings associated with its construction by Patti Shipyard, Inc. It includes a variety of engineering diagrams that illustrate dimensions, arrangements, and specific components required for the vessel, such as A-frames, deck cranes, and winches. The drawings detail critical structures, including bulwark and davit foundations, along with installation instructions and material specifications to ensure compliance with the Marine Design Center requirements under the U.S. Army Corps of Engineers. The project, initiated through solicitation DACW61-98-R-0007, emphasizes precision in technical details, reflecting the rigorous standards expected for federal maritime projects. This document serves as a primary guide for contractors involved in the construction and outfitting of the research vessel, ensuring adherence to established guidelines and facilitating communication about the project's operational and structural needs.
    The document outlines specifications for the design and construction of the Great Lakes Research Vessel, part of a solicitation by the Marine Design Center for the Corps of Engineers, Department of the Army. It includes detailed architectural plans, including various sections of the vessel, such as the main deck configuration and tank ventilation systems. Key features described are multiple compartments for different utilities, like wet and dry labs, a pantry, and various storage tanks, indicative of the vessel's multifunctional design. The document emphasizes compliance with U.S. Coast Guard (USCG) and American Bureau of Shipping (ABS) regulations, detailing requirements for piping materials and structural designs to mitigate mechanical injury risks. It includes specifications for ventilation, ballasting, waste management, and safety measures like flame screens, which are necessary for various onboard systems including fuel oil and potable water. Overall, the document serves as a comprehensive guide for bidders to construct a robust research vessel, ensuring it meets stringent safety and operational standards while fulfilling the research needs on the Great Lakes.
    The document outlines specifications for the maintenance and repair of the USGS vessel R/V KIYI during its 2025 drydock period. It details a comprehensive set of work requirements, including safety protocols, repair processes, and documentation obligations to ensure compliance with USCG, ABS, and USGS standards. Key tasks involve high-pressure washing, hull inspections, underwater coating applications, and extensive machinery overhauls. The contractor must provide all necessary labor, materials, and marine repair resources, including maintaining a clean work environment and adhering to strict safety regulations, such as gas-free certification processes and hazardous materials handling. The schedule includes preparation for inspections by the ABS Surveyor and requirements for timely reporting of condition found reports. This document represents a formal bid invitation, underlining the government's commitment to maintaining its research vessels to operational standards while emphasizing safety, documentation, and regulatory compliance throughout the repair process.
    The Performance Work Statement for the R/V KIYI outlines the requirements for its scheduled haul-out, maintenance, and inspection, set between October 1, 2025, and May 1, 2026. The R/V KIYI, a 107-foot research vessel operated by the US Geological Survey, is vital for conducting fisheries research in the Great Lakes. The contract mandates removal and inspection of the vessel, cleaning of tanks, and maintenance of propulsion systems among other tasks. The contractor is tasked with ensuring safety compliance, including gas-free certification, hazardous waste disposal, and the provision of essential services during the maintenance period. An emphasis on environmental controls, safety protocols, and adherence to technical specifications is highlighted. The successful completion includes restoring the vessel to operating order, conducting sea trials, and ensuring thorough inspections by USGS representatives. This document serves as a foundation for contractors seeking to contribute to the maintenance of critical research vessels, underpinning the government’s commitment to environmental science and conservation efforts.
    This document outlines the schedule of pricing for the maintenance and repair of the Research Vessel Kiyi, detailing various work items, associated costs, and labor rates necessary for project execution. Key maintenance tasks include hull inspections, equipment overhauls, and structural coatings, along with optional modifications and installations such as smoke detection systems, ventilations, and tank access improvements. The pricing structure includes individual labor rates for shipyard workers, crane operators, and material markups. Direct production man-hours are specified for skilled labor across multiple disciplines like welding, electrical work, and project management. Additional support functions encompassing planning and quality assurance are included in the contractor's comprehensive labor rates. The purpose of this pricing schedule is to provide a transparent and structured financial framework within the context of federal RFP processes, ensuring adequate funding and adherence to maintenance standards for government-owned maritime vessels. Such comprehensive detailing is essential for effective budgeting and resource allocation in maritime operations.
    The document outlines a pricing schedule for the maintenance and repair of the Research Vessel Kiyi as part of a federal RFP. Key work items include hauling, inspection, coating, and various maintenance tasks related to the vessel's mechanical and structural components. Specific tasks listed involve inspections of the hull, propellers, propulsion shafts, and various equipment, with options for additional services such as generator overhaul and installation of new systems. Labor rates for shipyard work are specified, detailing the expected costs per hour for different labor categories, such as skilled trades and project management. The document also states that the contractor's fully loaded man-hour rates will be utilized for any necessary change orders, ensuring that only direct production hours are counted for negotiations. This pricing structure emphasizes transparency and accountability for services rendered. Overall, the purpose of this file is to set forth clear pricing and procedural guidelines for contractors bidding on the maintenance of a government vessel, thus supporting effective resource allocation and regulatory compliance within federal procurement processes.
    The document outlines an amendment to the Request for Proposals (RFP) 140G0225R0017 issued by the U.S. Department of the Interior, U.S. Geological Survey (USGS). The amendment pertains to the Haulout, inspection, maintenance, and repair of the Research Vessel Kiyi, home port Ashland, Wisconsin. The amendment introduces a new schedule of work items and extends the project’s performance period from October 1, 2025, to September 30, 2026. It emphasizes the importance of acknowledgment of this amendment by offerors, specifying that proposals must be received by a designated time to avoid rejection. This RFP is categorized as a SMALL BUSINESS set-aside under NAICS Code 336611, which applies to companies with a staff size of up to 1,300 employees. The solicitation requires the submission of offers via email to the designated contracting officer, Mary (Beth) Wilson. The award will follow the Federal Acquisition Regulations for commercial item procurements. It notes that work may be ordered or funded within 30 days after the vessel's arrival at the shipyard, further outlining the contractor's responsibilities in providing required services according to specified standards. Overall, the document highlights procedural requirements and modifications important for potential contractors engaged in federal contracting.
    The document is an amendment to the solicitation 140G0225R0017, detailing modifications and clarifications regarding a contract/order. It specifies that offers must acknowledge receipt of the amendment before the defined deadline, with various methods for acknowledgement outlined. The amendments provide answers to contractor questions, including requirements for specific work items such as pressure washing, antifouling renewal, and estimated quantities of fluids for removal. Additionally, it clarifies that unexpected repairs identified during surveys will be addressed via change orders. The document specifies a period of performance from October 1, 2025, to September 30, 2026, maintaining that all other terms of the contract remain unchanged. The amendment serves to ensure clarity between the contracting office and contractors while providing essential details that will guide the bidding process.
    This document is an amendment to a federal solicitation, specifically Amendment 0003 to solicitation number 140G0225R0017. The purpose of this amendment is to outline the process for acknowledging receipt of the amendment and to modify the contract/order as specified in the document. It provides critical information regarding two additional site visits scheduled for June 30 and July 2, 2025, both at 11:00 AM CDT. Attendees are encouraged to notify the Contracting Officer, Beth Wilson, in advance regarding their participation. The period of performance for the contract is established from October 1, 2025, to September 30, 2026. Key procedural elements include the submission of modifications via letter or electronic communication and stipulations on acknowledgment of amendments to ensure the offer's validity. Overall, this amendment serves to keep potential contractors informed about the updated requirements and timeline while ensuring compliance with federal procurement protocols. The amendment confirms continued adherence to existing contract terms unless stated otherwise in the document.
    The document is an amendment to a solicitation (140G0225R0017) issued by the U.S. Geological Survey (USGS) Acquisition Branch in Denver, Colorado. This amendment, identified as 0004, serves multiple purposes: it provides responses to questions from potential bidders, clarifies requirements regarding the removal and measurement of rudders, and updates the period of performance (PoP) from May 1, 2026, to September 30, 2026. Additionally, it extends the due date for proposals to August 1, 2025, at 5:00 PM EDT. The amendment also specifies that anticorrosive painting will be needed beneath cooling equipment as part of the project's requirements. Interested parties must acknowledge receipt of the amendment using various methods outlined in the document, and it emphasizes that failure to do so may lead to proposal rejection. Overall, this amendment aims to ensure clarity and facilitate the proposal process for contractors interested in this solicitation.
    The government file details Amendment 0005 to solicitation 140G0225R0017, focused on contract modifications for the maintenance and repair of the Research Vessel Kiyi. This amendment includes revised terms regarding the period of performance, extending the timeframe to October 1, 2025, through May 1, 2026. The document outlines necessary actions for contractors to acknowledge receipt of the amendment and clarifies answers to queried specifications, including stability calculations and availability of design documents. Specifically, it confirms the interpretation of drydock stability calculations per SFLC Standard Spec 8634 and provides access to related geometric files and tank plans. The amendment also describes Item 00010, which encompasses the required services for the vessel’s haulout, inspection, and repair work. Overall, the document serves to update stakeholders on procedural changes, project timelines, and deliverables essential for compliance with federal contracting protocols.
    The document is an amendment to a federal solicitation, specifically Amendment 0006, which adjusts the proposal due date from August 1, 2025, to July 18, 2025, due to an expedited timeline. It outlines requirements for acknowledgment of the amendment, stipulating that offers must confirm receipt by specified methods to avoid rejection. The period of performance for the contract is set from October 1, 2025, to May 1, 2026. Additionally, it mentions that the terms of the original solicitation remain unchanged except for the specified modifications. The amendment highlights the formal communication process needed for contractors and offers guidance on submitting any required documentation. Overall, this document serves to ensure that all parties are informed of revised timelines, which is crucial for maintaining the integrity of the contracting process within government procurement frameworks.
    The U.S. Department of the Interior, through the U.S. Geological Survey (USGS), has issued a Request for Proposal (RFP) for the haulout, inspection, maintenance, and repair of the Research Vessel Kiyi, home ported in Ashland, Wisconsin. This small business set-aside contract (NAICS code 336611) requires vendors to provide all necessary equipment and services following specifications attached to the solicitation, numbered 140G0225R0017. The contract performance period extends from October 1, 2025, to May 1, 2026, with final acceptance contingent on government inspections during maintenance. Proposals must adhere to stipulations set forth in the Federal Acquisition Regulations (FAR) and facilitate government access to the vessel while ensuring safe working conditions. Payment procedures are electronic, and all bidders are encouraged to submit their offers via email to the designated contracting officer. Emphasis is placed on sustainable practices and compliance with hazardous materials regulations, reflecting the government's commitment to environmentally responsible operations. Overall, this RFP outlines the contractual obligations and technical requirements for maintaining the operational integrity of the Kiyi while supporting small businesses.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a new multi-mission passenger and cargo vessel to replace the existing M/V Ranger III, with specific requirements for a hybrid diesel-electric propulsion system, compliance with US Coast Guard and American Bureau of Shipping certifications, and a delivery deadline of December 14, 2026. The Ranger IV will play a crucial role in transporting passengers, cargo, and fuel, while also supporting emergency evacuations on Lake Superior. Interested contractors must submit their proposals, including a Firm-Fixed-Price offer and a detailed Statement of Work, by the extended deadline of January 2, 2026, and can direct inquiries to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    USCGC Kathleen Moore DS FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    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.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.