DOCKSIDE: USCGC ROBERT WARD FY25 DS
ID: 70Z08024QPBPL0039Type: 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

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

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

    The US Department of Homeland Security, US Coast Guard, seeks quotes from women-owned small businesses for comprehensive dockside repair and maintenance services on the USCGC Robert G. Ward (WPC 1130), a 154-foot Sentinel-class cutter, based in San Pedro, California. The primary focus is on engine maintenance and preservation, requiring an 8000-hour service of the Main Diesel Engines, along with associated inspections, repairs, and renewals. The contract also entails general preservation, coating applications, and fire safety measures, adhering to stringent Coast Guard standards.

    The procurement process involves a firm-fixed price contract, with multiple amendments primarily extending deadlines and modifying administrative clauses. Of particular note is the requirement for a new 20-foot storage container for the duration of the project, which must remain at the BASE LA/LB location post-completion. Contractors must submit responsive offers, acknowledging receipt of amendments and adhering to specified deadlines and evaluation criteria, which include past performance, technical capabilities, and cost.

    Contact Maggie Trader or LaToya Sorrell for more information on this opportunity, funded for the fiscal year 2025.

    Files
    Title
    Posted
    The government seeks quotes from women-owned small businesses for ship repair services. Quotes are invited for a firm-fixed price contract to perform maintenance and repairs on a U.S. Coast Guard vessel, encompassing various tasks. These include hull preservation, machinery and engineering work, piping systems maintenance, electrical and electronics repairs, and painting. The contract encompasses a base period with potential extensions, specifying detailed requirements for each work item. Quoters must provide a comprehensive proposal, including a cover letter, price schedule, and past performance evidence, along with technical capability documentation. The government emphasizes the potential for changes and growth work, outlining procedures for managing these situations. The requested services must conform to extensive technical specifications, and vendors must meet stringent timing and attendance deadlines. Evaluation criteria will consider past performance, technical capabilities, and price. Key dates include a quoted expiration date and the offer due date.
    The government seeks a new 20-foot storage container (conex style) for the USCGC ROBERT WARD project. This container, intended for staging and storing government-furnished equipment (GFE), should remain at the BASE LA/LB location upon project completion. Offerors must acknowledge receipt of this solicitation amendment, and submissions are due at the place designated in the solicitation. The contracting process appears to be open, with interested parties required to submit responsive, complete offers.
    The government agency seeks to amend an existing contract or solicitation. The focus of this amendment is to extend the deadline for receiving offers, giving contractors additional time to submit their proposals. Offerors are required to acknowledge receipt of this amendment, and if they wish to change their previously submitted offers, they may do so before the new deadline. The amendment also makes administrative changes to the contracting process. Contractors should refer to the amendment's instructions to understand the required format and content for submitting amended offers. The original contract or solicitation, identified as 70Z08024QPBPL00390002, remains largely unchanged and continues to govern the relationship between the parties, while this amendment primarily alters the timeline for submission and related administrative procedures.
    The primary objective of this procurement amendment is to extend the deadline for receiving offers outlined in the original solicitation. The amendment emphasizes the importance of timely acknowledgment and specifies that failure to meet the new deadline may result in the rejection of offers. This is a modification of a previously issued solicitation, adjusting administrative aspects and incorporating new contract clauses while keeping the core terms unchanged. The amendment makes no changes to the solicitation's primary focus, which remains the acquisition of goods or services. Offerors are instructed to acknowledge the amendment's receipt using specified methods, and if they wish to modify an existing offer, they must do so before the new deadline. The amendment also emphasizes that the government's financial obligation is contingent upon available appropriations. This amendment does not provide details on the specific goods, services, or solutions being procured, as these would have been outlined in the initial solicitation. The focus here is solely on the extension of deadlines and associated administrative updates. Any specific procurement details would be outlined in the original solicitation document.
    This amendment to a solicitation extends the deadline for receipt of offers and makes several modifications to the terms and conditions of the contract. The main objective of the procurement is to obtain commercial products and services, specifically for vessel repair and maintenance work. The contract clauses have been updated to include the 'Availability of Funds for the Next Fiscal Year' clause, stating that funds are currently unavailable for performance beyond September 30, 2024. The instructions for submissions have been tailored, detailing the required format for quotes, including a cover letter, price schedule, and documentation for past performance and technical capability. Quoters are expected to acknowledge all solicitation amendments and agree to the terms, conditions, clauses, and provisions. The submission deadline has been extended, and the government intends to evaluate quotes without exchanges with quoters, emphasizing the need for initial quotes to be comprehensive. The scope of work includes planning and executing vessel repairs, with specific requirements for coatings, engine maintenance, welding certifications, and a fire safety plan. The government seeks to procure these services within a defined timeframe, with potential for growth work associated with existing work items. The contract type and value are not specified, but the government reserves the right to reject any or all quotes and emphasizes that submission of a quote does not guarantee compensation.
    The government agency seeks to amend an ongoing solicitation for an extension of the submission deadline. The original solicitation, labeled 70Z08024QPBPL0039, sought offers for a contract involving maritime support services, and the amendment extends the closing date for receipt of offers to August 8th, 2024, at 1:00 PM. Offerors are required to acknowledge the receipt of this amendment by the specified deadline, failing which their offers may be rejected. This change provides additional time for potential bidders to submit their proposals.
    The USCGC Robert G. Ward (WPC-154) requires a dockside availability service for its FY2025 maintenance. The primary objective is to perform an 8,000-hour intermediate maintenance and repair work, referred to as Job 1, with a focus on composite labor. The government estimates approximately 344 hours of growth work, which will be awarded as a contract modification if required. The pricing schedule also includes provisions for travel and per diem, although the quantities are not specified. Contractors will be expected to provide a breakdown of their proposed rates for labor and materials handling fees associated with potential over and above/growth work. This information will be crucial in evaluating the most cost-effective proposals.
    The USCGC Robert G. Ward (WPC 1130) RFP seeks a contractor for dockside repairs and maintenance during FY2025. The primary objective is to perform 8000-hour maintenance on the Main Diesel Engines (MDEs), requiring engine disassembly, inspection, and renewal of wearing parts. The scope includes tasks like charge air cooler inspection, engine alignment checks, and cylinder head and turbocharger overhaul or replacement. Additionally, the contractor will be responsible for general preservation and coating tasks, fire safety measures, and environmental protection. The RFP specifies detailed requirements for materials, quality assurance, and contractor-provided equipment. Key dates and timelines are included, with work expected to commence upon award. The evaluation of proposals will consider technical approach, past performance, and cost, among other factors.
    The primary objective of this procurement is to obtain comprehensive dockside repair and maintenance services for the USCGC ROBERT G. WARD (WPC 1130), a 154-foot Sentinel-class cutter. The focus is on addressing multiple work items, primarily involving engine maintenance and preservation tasks. The government seeks a contractor to perform 8000-hour maintenance on the Main Diesel Engines (MDEs), requiring extensive inspections, repairs, and renewals. This includes overhauling or renewing starters, fuel injectors, water pumps, and turbochargers, along with endoscopic inspections and alignment checks. Additionally, the contractor will be responsible for charge air cooler renewal, engine component preservation, and coating applications. Key requirements encompass adhering to strict technical specifications, such as Coast Guard publications and other referenced standards, ensuring quality control, and submitting numerous inspection reports. The contractor must appoint an Environmental Manager to oversee compliance with environmental regulations. The scope of work involves a detailed list of tasks, primarily centered on disassembling, inspecting, and renewing various engine components, alongside preservation and coating work. Sea trials and testing are also mandated. Contract details are not explicitly mentioned, but the requirement for a storage container and references to contractor-furnished equipment indicate a complex procurement with significant contractor involvement. Critical dates include a submission deadline for the Contractor's bid, which includes fire safety and availability-specific plans. The contract seems to be divided into multiple work items, with maintenance tasks due at different stages, and a final report required after a sea trial. Evaluation criteria are not explicitly stated but likely include technical compliance, past performance, and cost factors, with a strong emphasis on technical proficiency and adherence to stringent Coast Guard standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CGC VENTUROUS DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the USCGC Venturous (WMEC-625) during fiscal year 2025. The procurement aims to identify capable firms to perform a range of maintenance tasks, including cleaning, inspecting, and overhauling various systems such as fuel tanks and ventilation ducts, detailed across 31 distinct work items. This opportunity is crucial for ensuring the operational readiness of the cutter, with the anticipated performance period set from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, business size classification under NAICS code 336611, and past performance data to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil, as the government conducts market research to inform future solicitations.
    DRYDOCK REPAIRS TO THE CGC CIMARRON AND BARGE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs on the CGC Cimarron and associated barge. The procurement involves comprehensive maintenance tasks, including hull inspections, fire prevention measures, and environmental protections, to ensure the vessels remain operationally ready and compliant with safety standards. This opportunity is critical for maintaining the Coast Guard's fleet capabilities and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals by October 21, 2024, and direct any inquiries to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil, with a deadline for questions set for October 16, 2024.
    USCGC SAGINAW (WLIC-803) DRYDOCK AVAILABILITY FY2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock maintenance services for the USCGC SAGINAW (WLIC-803) during fiscal year 2025. The procurement involves comprehensive labor, materials, and equipment to perform approximately 71 specific work items, including inspections, cleaning, preservation, and repairs of various vessel components, all to be conducted at the contractor's facility. This maintenance is crucial for ensuring the operational readiness and longevity of the cutter, which serves vital functions in the Coast Guard's mission. Interested parties must submit their capability information by 8:00 AM Pacific Time on November 1, 2024, to the designated contacts, Ou Saephanh and Diego Avila, with the performance period scheduled from March 25, 2025, to June 2, 2025.
    Dock-side (DS): USCGC HEALY FY25 Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to perform dockside repairs on the USCGC HEALY for fiscal year 2025. The project involves comprehensive maintenance tasks, including inspections and repairs of various systems aboard the vessel, with a performance period scheduled from January 6, 2025, to May 8, 2025, at the cutter's home port in Seattle, Washington. This procurement is critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in Coast Guard missions. Interested parties must submit their quotes by October 24, 2024, at 3:30 PM Pacific Time, and can direct inquiries to Robin B. Kloeppel or Andrew G. Jacobs via the provided contact information.
    USCGC Juniper Dockside Repairs FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for dockside repairs on the USCGC JUNIPER (WLB-201) for fiscal year 2025. The procurement requires contractors to provide all necessary labor, materials, and equipment to perform various ship repairs, with the contract period set from January 7 to March 18, 2025. This opportunity is critical for maintaining the operational integrity of the vessel, which serves as a 225-foot oceangoing buoy tender. Interested small businesses must submit their quotes electronically by November 19, 2024, and direct any inquiries regarding the solicitation to the designated contacts by November 1, 2024. For further details, vendors can reach out to Catherine Chan at Catherine.K.Chan@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil.
    DRY DOCK (DD): USCGC JOSEPH NAPIER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock repairs of the USCGC Joseph Napier (WPC 1115) for fiscal year 2025. The project involves inspecting and preserving hull plating, maintaining various systems such as propulsion and HVAC, and conducting thorough inspections of structural and mechanical components, with repairs anticipated to commence on May 27, 2025, and conclude by September 23, 2025, over a span of 119 calendar days. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must submit documentation verifying their qualifications, including business size under NAICS code 336611 and past performance on similar contracts, to Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil by the specified deadlines, as this notice serves as a market research tool rather than a formal solicitation.
    OVERHAUL POLAR CLASS (WAGB-10) ICEBREAKER CONTROLLABLE PITCH PROPELLER (CPP) HUB ASSEMBLYs FY-25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the overhaul of the Controllable Pitch Propeller (CPP) hub assemblies for the POLAR STAR (WAGB-10) icebreaker, with a contract period spanning from May 1, 2025, to April 30, 2030. The contractor will be responsible for providing all necessary labor, materials, and equipment to meet the specifications outlined in the solicitation, which includes detailed processes for disassembly, inspection, and testing of the CPP hub assemblies. This procurement is critical for maintaining the operational capabilities of the icebreaker, ensuring it meets safety and performance standards. Interested parties must submit their proposals by October 31, 2024, and can direct inquiries to Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or Abdul H. Toulas at Abdul.H.Toulas@uscg.mil for further clarification.
    MTU/RRSA WMSL Main Propulsion Diesel Engines Parts Purchase
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the procurement of parts for MTU/Rolls Royce Solutions America (RRSA) Main Propulsion Diesel Engines (MPDE) under Solicitation No. 70Z08524RAD031B00. This procurement is a sole source requirement for Original Equipment Manufacturer (OEM) parts necessary for the maintenance of the Coast Guard's 418-foot WMSL cutter fleet, ensuring operational efficiency and reliability. The contract will span five years, beginning December 3, 2024, with proposals due by 1 PM EST on October 24, 2024, and interested vendors should direct inquiries to Mark Cap or Kiya Plummer-Dantzler via the provided email addresses.
    BARBARA MARBRITY DISCREP 23018
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of maintenance, repair, and rebuilding services for ship and marine equipment. The service is typically used to ensure the proper functioning and upkeep of equipment used in maritime operations. The place of performance for this procurement is Mobile, AL, with a zip code of 36615, in the United States. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 9492881271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 5104375436. For more details, please refer to the Statement of Work (SOW).
    52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service. The service being procured is the repair of the fire main pipe on the USCGC HADDOCK. The fire main pipe has been damaged due to corrosion, resulting in a small leak. To address this issue, a new section of piping will need to be fabricated and welded in place. The repair work involves cropping and renewing approximately three linear feet of 2-1/2" fire main piping and associated fittings/flanges. The contractor must also renew any valve label plate that is damaged or unreadable. Additionally, the contractor is required to perform hydrostatic and leak tests on the repaired piping and components. The repairs must be completed within three weeks of contract award, with an approximate start date of July 1, 2024. The place of performance is in San Diego, California. Interested offerors must submit their quotations by June 27, 2024.