USCGC James Crane & Scaffolding Services
ID: 52800PR250011994Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 1:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide crane and scaffolding services for the replacement of the SPQ-9 Antenna on the USCGC James at USCG Base Charleston, South Carolina. The procurement aims to ensure safe access for technicians to perform the necessary rigging and lifting operations, adhering to OSHA regulations and safety protocols. This project is critical for maintaining the operational readiness of the Coast Guard's equipment, with work scheduled from May 5 to May 8, 2025. Interested vendors must submit their quotes by April 24, 2025, at 9:00 AM EST, and are encouraged to attend a site visit on April 17, 2025, to better understand the project requirements. For further inquiries, contractors can contact Brianna Riffle at Brianna.Riffle@uscg.mil or Brian Eichelberger at Brian.J.Eichelberger@uscg.mil.

Files
Title
Posted
Apr 22, 2025, 11:11 AM UTC
The document addresses inquiries related to the Request for Proposal (RFP) 52800PR250011994 for crane and scaffolding services aboard the USCGC James. Vendors are seeking clarification on the ship's layout to accurately prepare their proposals. Specifically, they request additional drawings or schematics that indicate the relevant locations of the items connected to the scope of work. The response from the government provides two attached documents, "Attachment 5 – MAST" and "Attachment 6 – Crane Reach for Antenna," intended to guide proposers in their planning and implementation efforts. This exchange highlights the importance of detailed technical information in facilitating accurate bidding processes and ensuring successful project execution in federal contracting situations.
Apr 22, 2025, 11:11 AM UTC
The Statement of Work (SOW) details the requirements for crane and scaffolding services to replace the SPQ-9 Antenna on the USCGC JAMES at USCG Base Charleston. The contractor is responsible for safely providing scaffolding access, rigging, and lifting of antennas within specific weight and operational constraints, ensuring compliance with OSHA regulations. Work is scheduled for May 5-8, 2025, encompassing scaffolding installation, antenna lifts, and subsequent scaffolding removal. Key tasks include the construction of scaffolding for technician access to the antenna; rigging and lifting operations for both the old and new antennas; and subsequent dismantling of scaffolding. Security protocols mandate background checks for contractor personnel, and compliance with government regulations during their presence on site is required. Contractor performance is constrained to a fixed price and the government will not provide additional resources. Acceptance of deliverables is contingent upon review by designated government officials. Overall, the SOW emphasizes safety, efficiency, and compliance with regulations while providing crucial technical service for the Coast Guard's operational readiness.
Apr 22, 2025, 11:11 AM UTC
The document pertains to the solicitation 52800PR250011994, detailing various Federal Acquisition Regulation (FAR) provisions and clauses applicable to government contracts. It outlines the incorporation of provisions by reference, emphasizing the need for offerors to review certain sections relating to telecommunications and video surveillance services or equipment. The solicitations reinforce prohibitions on contracting for covered telecommunications equipment, such as those produced by Kaspersky Lab, Huawei, or ZTE, due to national security concerns. Offerors are required to provide representations regarding their use of such equipment. The document specifies required clauses and identifies exceptions for certain telecommunications services. Key provisions include the System for Award Management requirements, representations regarding small business status, and compliance with service labor standards. Detailed instructions for offerors on disclosure requirements for covered equipment and services are also included, underscoring the importance of regulatory adherence in federal contracting processes. This solicitation reflects the government’s commitment to cybersecurity and compliance within its procurement practices.
Apr 22, 2025, 11:11 AM UTC
The document outlines procedures for the electronic submission of payment requests related to FSMS awards. It defines a "payment request" as any financial claim such as a bill or invoice that complies with Federal Acquisition Regulation (FAR) guidelines. Contractors are required to submit these requests electronically via the Invoice Processing Platform (IPP), with necessary supporting documentation and indications of any discounts or small business status. While electronic submission is mandated, alternative submission methods can be utilized only if expressly authorized in writing by the contracting officer. In such cases, the contractor must include the authorization with each request. Enrollment details for IPP are provided, ensuring compliance with Coast Guard procedures and facilitating the payment process. This protocol is crucial in streamlining financial transactions within government contracting.
Apr 22, 2025, 11:11 AM UTC
Apr 22, 2025, 11:11 AM UTC
Apr 15, 2025, 3:07 PM UTC
The U.S. Coast Guard (USCG) has issued RFQ # 52800PR250011994 for crane and scaffolding services to replace the SPQ-9 Antenna on the USCGC JAMES, located at USCG Base Charleston, SC. Proposals must be submitted by April 24, 2025, at 9:00 AM EST, with a site visit scheduled for April 17, 2025. Participants must request to attend via email by April 15, 2025, and must possess a REAL ID for facility access. This procurement is classified as a Firm Fixed Price and falls under NAICS code 238990 for specialty trade contractors. The performance period is limited to one month, specifically from May 5 to May 8, 2025, with written offers only accepted. Quotes will be evaluated based on completeness and compliance, focusing on the lowest-price technically acceptable bids. The USCG reserves the right to reject any or all quotes and emphasizes that vendors should submit their best proposals. The solicitation includes multiple attachments detailing the requirements and contract conditions. Contact is facilitated through designated officials for clarification and formal communications regarding the submission process.
Apr 22, 2025, 11:11 AM UTC
The US Coast Guard (USCG) has issued Request for Quote (RFQ) # 52800PR250011994-002 for crane and scaffolding services to replace the SPQ-9 Antenna on the USCGC JAMES at USCG Base Charleston, SC. The deadline for submitting quotes is April 24, 2025, at 9:00 AM EST, with no set-aside restrictions. Amendments have been made to provide updated site survey information and Q&A documentation. The contract will be awarded based on the lowest-price technically acceptable quote, and bidders must include required registrations and identifiers (UEI, Federal Tax ID, CAGE Code) in their submission. A site visit is scheduled for April 17, 2025, and attendance is encouraged but not mandatory. The total work duration is from May 5-8, 2025, and respondents must ensure compliance with submission requirements to avoid disqualification. The solicitation includes several attachments that outline the statement of work, provisions, wage determinations, and other necessary documentation. The USCG emphasizes the importance of submitting complete and competitive quotes for successful procurement.
Apr 4, 2025, 7:08 PM UTC
The U.S. Coast Guard (USCG) has issued Request for Quote (RFQ) # 52800PR250011994, seeking commercial services for crane and scaffolding to replace the SPQ-9 Antenna on the USCGC JAMES located at Base Charleston, SC. Responses are due by April 24, 2025, and registrants must have a unique entity identifier, tax identification number, and CAGE code included in their quotes. The solicitation details a firm fixed price requirement under NAICS code 238990, stipulating a performance period from May 5-8, 2025. A site visit is scheduled for April 15, 2025; however, attendance is not mandatory for submitting a quote. Interested bidders must submit a request for attendance and any questions via email prior to specified deadlines. The evaluation process will focus on compliance, followed by a review of price and technical acceptability, ultimately leading to the lowest-priced acceptable offer being awarded the contract. Noteworthy points include the necessary submissions and compliance with federal procurement regulations, emphasizing the USCG’s mandate to secure efficient and cost-effective service delivery in this project.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
JAMES DS FY25 solicitation
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for dockside repairs and alterations to the USCGC JAMES (WMSL-418) during the fiscal year 2025. The contractor will be responsible for providing all necessary labor, materials, and services to perform various maintenance tasks, including inspections and modifications, at the vessel's homeport in North Charleston, South Carolina, from May 8 to July 30, 2025. This procurement is crucial for ensuring the operational readiness and compliance of the Coast Guard vessel, with a focus on maintaining high standards of safety and quality. Interested bidders can contact Sherri Ore at sherri.s.ore@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil for further information, and they must adhere to the specified deadlines for proposal submissions.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
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). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
DOCKSIDE USCGC EAGLE FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking contractors for dockside repairs on the USCGC EAGLE (WIX 327) as part of a Sources Sought Notice. The scope of work includes cleaning and inspecting various tanks, commercial cleaning of exhaust piping, renewing piping and deck systems, and conducting equipment inspections, with a performance period anticipated from October 15, 2025, to December 9, 2025. This initiative is crucial for maintaining the operational readiness of the vessel and ensuring that skilled contractors are engaged for timely repairs. Interested companies are encouraged to submit their capabilities and business classifications by May 5, 2025, and should register in the System for Award Management (SAM) for future solicitations. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or call 206-815-1163.
CGC JAMES - AFFF MONITOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a National Foam HMB-4 Remote Control Hydraulic Monitor, which is critical for fire suppression operations on the CGC JAMES. This procurement is part of the maintenance efforts for the CGC HAMILTON, necessitating the replacement of a damaged harness to ensure operational readiness and compliance with safety standards. The period of performance for this contract extends until November 31, 2024, with delivery directed to CGC JAMES in North Charleston, South Carolina. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or by phone at 510-437-5437 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
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.
USCG Station Sand Key Boat House Replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of the Boat House at Coast Guard Station Sand Key in Clearwater, Florida. This procurement is a Small Business Set-Aside and requires contractors to provide all necessary supervision, labor, materials, and equipment to construct a new 20' x 25' garage/workshop and a 10' x 18' lean-to, adhering to specific design and safety requirements. The project emphasizes compliance with federal safety and environmental regulations, and contractors must commence work within five days of receiving the notice to proceed, with bids due by 3 p.m. EST on April 30, 2025. Interested parties should contact Chief Steven Dunn at STEVEN.C.DUNN@USCG.MIL or BMC James Pinto at James.E.Pinto@uscg.mil for further inquiries and are reminded to register in the System for Award Management (SAM) prior to submission.
Wire Rope Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for a Wire Rope Assembly through solicitation number 70Z04025Q60224Y00. The procurement requires a specialized wire rope assembly designed for use on the Syncro Ship Lift at the Coast Guard Yard, with strict adherence to specifications and no substitutions permitted. This equipment is critical for maintaining operational capabilities, with delivery expected to the Surface Forces Logistics Center in Baltimore, Maryland, by May 9, 2025. Interested vendors should direct inquiries to SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or call 571-613-2506, ensuring compliance with all applicable Federal Acquisition Regulations throughout the bidding process.