USCGC Joseph Doyle Dockside Repairs
ID: 70Z08025QPBPL0021Type: 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 (EAST) (J998)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

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.

Files
Title
Posted
The Women-Owned Small Business (WOSB) solicitation outlines a procurement process for commercial products and services aimed at enhancing small business participation, specifically among women-owned entities. It details essential information required for bidders, including requisition and contract numbers, effective dates, and submission guidelines. The document emphasizes the importance of adhering to specified terms and conditions, ensuring compliance with relevant Federal Acquisition Regulations (FAR) and provisions for small business set-asides, including categories like Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The procurement seeks services to provide a facility accessible from a navigable waterway for specific ship operations. Key contract clauses incorporate guidelines for safeguarding contractor information, payment processes, and performance assessment. The solicitation also highlights the responsibility for the contractor to provide comprehensive insurance coverage and the implications of changes in service delivery. Clauses around subcontracting limitations emphasize the significance of maintaining small business participation and ensuring equitable opportunities. This contract embodies the federal commitment to supporting women-owned businesses in government procurement, reinforcing their role in fostering economic growth and diversity in the marketplace.
Mar 25, 2025, 4:06 PM UTC
The document outlines the dockside availability request for the USCGC JOSEPH DOYLE (WPC-1133) for Fiscal Year 2025. It specifies the maintenance requirements, including an 8000-hour MDE maintenance and the provision for over and above/growth work. The total estimated cost for definite items is listed as $0.00, with additional options for growth work calculated based on time and materials. The document emphasizes that unit prices for additional work will be established via contract modifications if necessary. Notably, current entries in the estimation are placeholders awaiting precise values, indicating a structured approach for potential adjustments during the contract’s lifecycle. Overall, the file highlights the government’s intention to manage maintenance tasks effectively while allowing flexibility for unforeseen work through a detailed price breakdown. This underscores the importance of proper budgeting and planning in federal contracting processes.
Mar 25, 2025, 4:06 PM UTC
The document outlines the specifications for dockside repairs of the USCGC Joseph Doyle (WPC-154), targeting maintenance and repair tasks set for fiscal year 2025. It details the scope of work, including specific maintenance procedures for the Main Diesel Engines (MDEs), critical inspection items, and requirements for contractors. Key references include the Coast Guard’s technical publications and standard specifications that govern all repair processes. The primary tasks for contractors include conducting extensive maintenance on MTU engine systems, including disassembly, inspections, and necessary replacements of components. Protective measures, quality control, and environmental compliance are mandatory throughout the process. Additionally, strict protocols for fire safety and preservation tasks are emphasized to ensure operational readiness and compliance with federal regulations. Overall, this document serves as a comprehensive guide for contractors engaged in dockside maintenance of Coast Guard vessels, ensuring adherence to safety, quality, and regulatory standards throughout the repair 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.
U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.
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.
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.
Dock-side (DS): USCGC HOLLYHOCK FY25 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dock-side repairs on the USCGC HOLLYHOCK for fiscal year 2025. The scope of work includes comprehensive maintenance, repair, and associated support services, with the contract period extending from the date of award through September 18, 2025, and the first task order scheduled from August 4 to September 18, 2025. This opportunity is crucial for maintaining the operational readiness and safety standards of the vessel, emphasizing compliance with Coast Guard specifications and environmental regulations. Interested small businesses must submit proposals by the specified deadlines, and inquiries can be directed to Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@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) 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.
USCGC ALLIGATOR DD FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide ship repair services for the USCGC Alligator (WPB-87) during its drydock availability in Fiscal Year 2025. The procurement involves a combined synopsis/solicitation for commercial items, requiring contractors to perform various maintenance tasks, including hull preservation, inspections, and critical component renewals, with a focus on compliance with federal acquisition regulations. This opportunity is significant for ensuring the operational readiness and safety of Coast Guard vessels, with a strong emphasis on engaging Women-Owned Small Businesses (WOSB) and adhering to federal contracting standards. Interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with the solicitation number 70Z08025QPBPL0022 guiding the submission process.
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.
Diver Hull Clean, Inspect & Zinc Anodes Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the Diver Hull Clean, Inspect & Zinc Anodes Renewal project for the USCGC WILLIAM TRUMP (WPC 1111) in Key West, Florida. The contractor will be responsible for performing underwater cleaning, inspections, and renewing zinc anodes, adhering to established Coast Guard maintenance procedures, with the work scheduled between May 19 and May 23, 2025. This procurement is critical for maintaining the operational readiness and integrity of Coast Guard vessels, ensuring they meet safety and performance standards. Interested contractors must submit their firm fixed-price proposals by April 18, 2025, at 12:00 PM EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.