CGC Spencer Interior Preservation Project
ID: 52000RFQ250019070Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

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

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the CGC Spencer Interior Preservation Project, which involves the preparation, priming, and preservation of interior bulkheads aboard the vessel. The project is critical for maintaining the operational readiness and safety of the Coast Guard fleet, ensuring compliance with federal standards and environmental regulations during the repair process. The contract is set to be awarded based on a firm-fixed price, with a performance period from September 29 to October 27, 2025, and interested vendors must submit their quotations by June 26, 2025, at 10 A.M. Eastern Standard Time. For further inquiries, vendors can contact Jacqueline D. Handley at jacqueline.D.Handley@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.

    Point(s) of Contact
    Jacqueline D. Handley
    jacqueline.D.Handley@uscg.mil
    Files
    Title
    Posted
    This document outlines the Wage Determination No. 2015-4341 by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage requirements for federal contracts, particularly those awarded on or after January 30, 2022, which mandates a minimum of $17.75 per hour or the applicable higher rate from the wage determination for 2025. For contracts awarded prior to that date, the minimum wage is set at $13.30 per hour. The document lists various occupations with corresponding wage rates, fringe benefits, and notes compliance obligations related to health, welfare, vacation, and holiday pay. Additionally, it details requirements under Executive Order 13706 regarding paid sick leave for federal contractors. The targeted states include North Carolina and Virginia, with an emphasis on the counties specified. This wage determination serves as a guideline for contractor compliance and employee compensation, thereby ensuring fair wages in federal contracting. Overall, the document aims to uphold labor standards aligned with federal RFPs and grants, enhancing worker protections under government contracts.
    The document is a Request for Quotation (RFQ) issued by the US Coast Guard (USCG) for services related to the preparation, priming, and preservation of interior bulkheads aboard the Coast Guard Cutter (CGC) Spencer, stationed in Portsmouth, Virginia. The RFQ number is 52000PR25Q0019070, dated June 5, 2025, with quotations due by June 26, 2025, at 10:00 AM. Interested vendors are invited to submit their proposed prices and are reminded that this RFQ does not constitute an offer nor obligate the government to cover costs incurred by vendors. The RFQ includes a summary of the required services and emphasizes that all submissions must be compliant with specifications and include details such as labor categories, hours, and costs. Notably, the document operates under federal procurement guidelines and encourages transparency and prompt communication from potential quoters. It defines key terminology to ensure all parties understand that terms used within the RFQ imply quotations rather than formal offers, clarifying the intent of this procurement process.
    The Statement of Work (SOW) outlines the requirements for painting the interior bulkheads on the CGC Spencer. The contractor is responsible for preparing, priming, and preserving these surfaces, ensuring compliance with government regulations. Key stipulations include employing qualified personnel who must maintain professional conduct and avoid conflicts of interest, particularly regarding U.S. Government employees to prevent any appearance of impropriety. The project will take place from September 29, 2025, to October 27, 2025, at the CGC Spencer's homeport in Portsmouth, VA. Designated points of contact are provided for oversight and coordination. This SOW is part of a larger federal contracting process aimed at maintaining efficient and professional standards in government service operations.
    The document outlines the specifications for dockside repairs for the USCGC Spencer (WMEC-905) during Fiscal Year 2025. It details general requirements for vessel repairs, contractor responsibilities, and compliance with various Coast Guard and federal standards. Key sections include a list of references for required documentation, a description of the Coast Guard's facilities, and an overview of critical inspection items that need to be addressed within the first 25% of the repair period. The document emphasizes the need for preservation tasks to be conducted in line with specified standards, highlighting the importance of environmental protection during operations. Contractors are required to ensure proper handling of hazardous materials, maintain safety measures, and adhere to regulations set by local and federal agencies. The document also stipulates compliance with specific quality assurance and inspection requirements related to coatings, environmental conditions, and surface preparation. Overall, the comprehensive outlines and detailed requirements serve to ensure that all repair work meets safety, quality, and regulatory standards, reflecting the Coast Guard's commitment to maintaining operational readiness and safety in its fleet.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    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.
    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.
    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.
    Deck Preservation FY26 on USCGC USCG STONE (WMSL 758)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Deck Preservation FY26 project on the USCGC USCG STONE (WMSL 758). This procurement involves renewing the slip-resistant deck covering in designated areas, including the Fore Deck, Bridge Wings, and Amidships 01 Deck, utilizing MIL-PRF-24667D Type V Comp. G/D/L Non-skid coating, along with extensive surface preparation and quality assurance measures. The work is critical for maintaining the vessel's operational integrity and safety, with the contract set to be awarded based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by December 18, 2025, with the performance period scheduled from January 12, 2026, to February 17, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.