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
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC HOLLYHOCK for fiscal year 2025. The procurement involves comprehensive maintenance and repair services, including fire prevention, deck preservation, and insulation renewal, to ensure the vessel's operational readiness at its homeport in Honolulu, Hawaii. This contract is particularly significant as it emphasizes the inclusion of small businesses, with a total small business set-aside, and is expected to enhance the Coast Guard's capabilities in maintaining its fleet. Interested vendors must submit their quotes by May 5, 2025, and direct inquiries to Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil.

    Files
    Title
    Posted
    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.
    The document is an amendment to solicitation No. 70Z08525QLREP0003 issued by the U.S. Coast Guard Surface Forces Logistics Center regarding the dockside repair of the USCGC HOLLYHOCK. Effective on April 8, 2025, the amendment aims to clarify questions raised about interference and work items related to the repair. Specifically, it addresses the contractor's (KTR's) responsibilities regarding interferences and buoy deck hatches, clarifying that protection measures should be taken around existing equipment and that hatches do not need to be removed for the necessary preservation work. The amendment emphasizes that all other terms of the solicitation remain unchanged, highlighting the administrative nature of this modification. The response to inquiries showcases a commitment to maintaining project integrity while providing clarity to contractors involved. This document exemplifies the procedural steps in federal procurement processes, ensuring that all parties have a clear understanding of their roles and responsibilities.
    The document is an amendment (003) issued for the USCGC Hollyhock FY25 Dock Side Repair Solicitation by the U.S. Coast Guard Surface Forces Logistics Center. It officially modifies the solicitation referenced as 70Z08525QLREP0003. The amendment does not extend the deadline for submissions but highlights the need for contractors to acknowledge receipt of this amendment to avoid rejection of their offers. Notably, it addresses inquiries concerning the scope of work related to "Soft Patch Removal." Clarifications indicate that soft patch removal is not required as per the specifications. As outlined, this document serves to ensure that all parties remain informed on modifications to contractual obligations and the terms guiding the solicitation process. The amendment maintains that all other conditions of the original solicitation remain unchanged and effective. The purpose of this amendment is to streamline communications and clarify expectations in the context of federal procurement processes, ensuring compliance and operational clarity among contractors.
    The document outlines Amendment 004 to the solicitation 70Z08525QLREP0003 for the USCGC HOLLYHOCK FY25 Dock Side Repair, issued by the U.S. Coast Guard Surface Forces Logistics Center. The amendment addresses received RFQs, ensuring the specifications remain unchanged except for the amendments noted. The effective date of this amendment is April 14, 2025, and it specifies procedures for contractors to acknowledge receipt. Additionally, it includes a query regarding the latest quality assurance documents related to the deck's coating mils and anchor profile, with a response indicating the anchor profile on the buoy deck is 2.5 mil and references specific standard specifications for further details. The document emphasizes maintaining compliance with government procurement processes and is designed to ensure clarity in the solicitation modifications impacting the dockside repair project. The information provided serves to guide contractors on necessary adjustments and requirements related to the repair work being undertaken.
    The document is an amendment to the solicitation for the USCGC HOLLYHOCK FY25 Dock Side Repair project, specifically amendment number 005, effective April 18, 2025. It is issued by the U.S. Coast Guard Surface Forces Logistics Center in Alameda, California. The amendment extends the timeline for receiving offers and addresses submitted RFQs, clarifying the contractor's requirement to have a fire prevention plan that adheres to specific guidelines outlined in Work Item 1 along with Table 1 from the specifications. All other terms and conditions of the initial solicitation remain unchanged. Key personnel involved include Andrew Jacobs, the contracting officer, and various contractors. This document underscores the importance of safety and compliance in federal project solicitations and highlights the structured process for amendments within government contracting procedures. It aims to ensure clarity and adherence to safety standards while managing the contracting timeline.
    The document details Amendment 006 to the CGC HOLLYHOCK FY25 Dock Side Repair Solicitation issued by the U.S. Coast Guard Surface Forces Logistics Center. The primary purpose of this amendment is to extend the deadlines for quote submissions to May 5, 2025, and to submit questions to April 29, 2025. It also contains responses to multiple contractor inquiries regarding the project specifications. Key clarifications include that contractors can work around buoy deck hatch hatches without requiring removal, various interferences may be preserved in place, soft patch removal is not necessary, and representatives for gas freeing and welding may require modifications to supporting bulkheads. The responses establish guidelines for contractor responsibilities, particularly concerning fire prevention and installation requirements for joiner doors and associated fittings. Overall, the amendment reflects the Coast Guard's intent to maintain project integrity while accommodating contractor needs in compliance with federal contracting standards.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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 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 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.
    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.
    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 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.
    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.
    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 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.