Dock-side (DS): USCGC HOLLYHOCK FY25 Repair
ID: 70Z08525QLREP0003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 27, 2025, 9:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dock-side repairs for the USCGC HOLLYHOCK during fiscal year 2025. The scope of work includes comprehensive maintenance, repair, and associated support services, with the contract's ordering period extending from the date of award until September 18, 2025, and the first task order scheduled from August 4, 2025, to September 18, 2025. This opportunity is crucial for maintaining the operational readiness and safety standards of the vessel, emphasizing compliance with Coast Guard protocols and environmental regulations. Interested small businesses, particularly those that are Women-Owned Small Businesses, should contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil for further details and to ensure their proposals are submitted by the specified deadlines.

Files
Title
Posted
Apr 8, 2025, 12:04 AM UTC
The document is an amendment to a solicitation issued by the U.S. Coast Guard's Surface Forces Logistics Center for the FY25 Dock Side Repair of the USCGC Hollyhock. The amendment clarifies the process for requesting drawings related to the solicitation (70Z08525QLREP0003) and sets a deadline for submissions by April 22, 2025. Key details include instructions for contractors on acknowledging the amendment and the requirement for vendors seeking access to restricted documents to obtain certification through the Joint Certification Program (JCP). All terms not explicitly changed remain unchanged, reaffirming the solicitation's original conditions. The overall aim is to ensure transparent communication and compliance among contractors when submitting offers for the project.
Apr 8, 2025, 12:04 AM UTC
The document outlines the specifications for dockside repairs of the USCGC Hollyhock (WLB 225B) for fiscal year 2025, detailing various work items necessary for the vessel's maintenance. It contains a structured breakdown including general requirements, critical inspection protocols, and specific work items such as fire prevention, deck preservation, and insulation renewal. Each work item specifies standards and procedures that contractors must follow, referencing Coast Guard standards and protocols. Critical areas include fire safety planning, surface preparation for deck preservation, and the renewal of insulation for various compartments and piping systems. Contractors are required to adhere to environmental protection regulations and maintain safety measures throughout the repair process. The document emphasizes the importance of inspections, quality control, and submission of reports to ensure compliance during the repair period, reflecting the Coast Guard's commitment to maintaining operational readiness and safety standards in accordance with federal and local regulations.
Apr 8, 2025, 12:04 AM UTC
The document outlines the pricing schedule for the USCGC Hollyhock (WLB-225B) dockside availability for fiscal year 2025. It includes various service items, such as fire prevention, deck preservation, compartment and piping insulation renewal, and joiner door installation, all categorized as job items. A composite labor rate of $150 per hour is mentioned, along with costs associated with general and administrative factors and profit margins. The file also provides labor rates by location across various U.S. cities, which suggests a standardized approach to employee compensation in different geographical areas. Overall, this pricing schedule serves as a proposal for upcoming dock maintenance work, detailing pricing structures that will guide federal contracting and resource allocation for the USCGC Hollyhock refurbishment efforts, reflecting standard practices in federal RFP submissions and local grant allocation procedures.
Apr 8, 2025, 12:04 AM UTC
The document pertains to a request for clarification related to the solicitation for dock-side repairs for the USCGC Hollyhock in FY25. It outlines the process for offerors to submit questions regarding the solicitation, emphasizing the necessity for written inquiries to be formatted correctly and to include the vendor's name. Questions are to be directed to specified contacts via email. The structure includes a template for submission, prompting offerors to state their questions alongside references to corresponding specification paragraphs. This process aims to ensure clear communication between the Coast Guard and potential vendors, facilitating informed responses and enhancing the integrity of the procurement process. This request for clarification is a standard procedure in federal RFPs to address vendor inquiries effectively, thereby aiding in the successful completion of the dock-side repairs.
Apr 8, 2025, 12:04 AM UTC
This document is a Government Property Report associated with Solicitation No. 70Z08525QLREP0003, specifically for the contractor managing the U.S. Coast Guard vessel, CGC Hollyhock. It outlines the responsibilities of the contractor regarding the management of government property received during the contract period. The contractor must document each item of property, including type, value, receipt and installation dates, current location, and appropriate disposition instructions for serviceable, salvage, or scrap items. A signature section is included for both the Property Administrator and the Contractor, certifying that all property has been accounted for according to contract requirements. The report is mandatory with the contractor’s final invoice, ensuring proper tracking, accountability, and adherence to regulations regarding government property. This process is crucial for compliance with federal requirements in the management of assets in government contracts, reflecting the diligence necessary in the oversight of public resources.
Apr 8, 2025, 12:04 AM UTC
This document is a Past Performance Information Form associated with RFQ # 70Z08525QLREP0003, mandated for offerors submitting proposals for government contracts. It outlines the essential details required to demonstrate previous relevant project experience. Key sections include the offeror's name, contract details, customer information, total dollar value, period of performance, a description of the work performed, and information on any subcontractor utilized, including their contributions and financial value. The form aims to evaluate an offeror's past performance and relevance to the solicitation's scope, ensuring the government's ability to assess potential contractors based on historical effectiveness and compliance. This structure serves to facilitate informed decision-making in the procurement process.
Apr 8, 2025, 12:04 AM UTC
The document outlines a solicitation for a contract to provide dock-side repairs for the United States Coast Guard Cutter (USCGC) HOLLYHOCK, primarily targeted at Women-Owned Small Businesses (WOSBs). It includes essential requisition details, contractor information, and the expected scope of work, which encompasses maintenance, repair, and associated support services at the cutter's homeport in Honolulu, HI. The solicitation details the timeline for performance, which is set from August 4, 2025, to September 18, 2025, and emphasizes the importance of conducting a site visit before bidding. Additionally, the document outlines requirements for contractor qualifications, environmental considerations, insurance stipulations, and the need for compliance with various safety and legal regulations. The entire procedure promotes fairness and transparency in contract awards, encouraging interested vendors to utilize the U.S. Coast Guard's Ombudsman Program for resolving procurement disputes. Overall, this solicitation delivers a comprehensive framework for vendors to engage with federal contracting opportunities, particularly emphasizing inclusivity for small and disadvantaged businesses in the contracting process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
DRYDOCK: USCGC SEA OTTER DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a ship repair contract for the USCGC SEA OTTER, focusing on dry dock maintenance for Fiscal Year 2025. The contract encompasses a range of maintenance tasks, including hull inspections, propulsion system repairs, and structural assessments, all aimed at ensuring the vessel's operational integrity and compliance with safety and environmental standards. This opportunity is particularly significant as it supports the Coast Guard's mission to maintain its fleet's readiness and safety while promoting participation from small businesses, as the contract is set aside for total small business participation. Interested contractors should reach out to Torrie Jones at Torrie.M.Jones@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with the performance period expected to commence on September 16, 2025, and conclude by November 18, 2025.
USCGC Joseph Doyle Dockside Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Joseph Doyle (WPC-1133) as part of a total small business set-aside procurement. The contract requires comprehensive maintenance services, including extensive work on the Main Diesel Engines (MDEs), inspections, and adherence to strict safety and environmental regulations. This opportunity is crucial for maintaining the operational readiness of Coast Guard vessels and supports the federal commitment to enhancing participation from women-owned small businesses in government contracting. Interested parties should contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, with the contract performance expected to take place in Florida during Fiscal Year 2025.
DRYDOCK: USCG OSPREY DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for drydock repairs of the USCGC OSPREY (WPB-87307), which is home ported in Port Townsend, WA. The project involves extensive work on hull plating, propulsion systems, deck preservation, and maintenance tasks on various components, with an anticipated duration of 64 days from November 18, 2025, to January 20, 2026. This sources sought notice aims to assess market capabilities and gather insights for future procurement, emphasizing the importance of ensuring that the necessary services can be effectively acquired. Interested companies should submit their qualifications, including business size and relevant past performance, to Christiana Rolack at christiana.a.rolack@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and are advised to register in the System for Award Management (SAM).
DRYDOCK: USCGC RAZORBILL DD FY2026
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified sources regarding the drydock availability for the USCGC RAZORBILL (WPB-87332) to perform necessary repairs. The anticipated work includes hull preservation, tank cleaning, engine realignment, and various component renewals, with the performance period expected to span from November 4, 2025, to February 3, 2026. This Sources Sought Notice aims to gauge market capabilities in alignment with FAR guidelines, particularly focusing on small businesses under NAICS code 336611, and is intended to inform future competitive and set-aside decisions. Interested parties are encouraged to submit detailed information about their capabilities and past performance to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil by the specified deadlines.
DRY DOCK (DD) USCG BLUESHARK DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry dock services for the Coast Guard Cutter BLUE SHARK as part of a federal procurement initiative aimed at supporting small businesses, particularly Women-Owned Small Businesses (WOSB). The contract, classified as a Firm Fixed Price, requires a facility capable of accommodating a minimum water depth of 12 feet and a height clearance of 55 feet, with the performance period set from September 2, 2025, to November 4, 2025. This procurement is critical for maintaining the operational integrity of the vessel through various repair and maintenance tasks, including hull inspections and preservation activities, while ensuring compliance with federal standards and promoting inclusive economic opportunities. Interested contractors can reach out to Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details and to participate in the bidding process.
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.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215) under a combined synopsis/solicitation. The procurement aims to secure comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, to ensure the vessel's operational readiness. This contract is vital for maintaining the Coast Guard's maritime capabilities and safety standards, with a firm fixed price anticipated to commence on June 3, 2025, and conclude by September 1, 2025. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
BERTHOLF DS FY25 FQ4
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dockside repairs on the United States Coast Guard Cutter (USCGC) Bertholf (WMSL-750) as part of a total small business set-aside contract. The scope of work includes comprehensive ship maintenance and repair tasks, which will be specified through individual task orders, with the contract period extending from the date of award until November 18, 2025. This procurement is critical for ensuring the operational readiness and safety of the cutter, which is based in Alameda, California. Interested parties should contact Lavon Lewis or Mark Cap via email for further details, and the estimated contract value is projected to be significant, with funding allocated per task order based on availability.
USCGC SEA FOX DD Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock repairs of the USCGC SEA FOX (WPB-87374) under a total small business set-aside solicitation. The procurement involves comprehensive maintenance services, including hull preservation, inspections, and the renewal of various components, with a performance period scheduled from July 15, 2025, to September 16, 2025. This opportunity is crucial for maintaining the operational integrity of Coast Guard vessels, ensuring compliance with safety and environmental standards throughout the repair process. Interested contractors should contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details and to confirm receipt of the solicitation amendment by the specified deadline.