DRY DOCK (DD) USCG BLUESHARK DD FY25
ID: 70Z08025QPBPL0019Type: 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 Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock services for the Coast Guard Cutter BLUE SHARK as part of a total small business set-aside procurement for fiscal year 2025. The contract, which is structured 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 a performance period from September 2, 2025, to November 4, 2025. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring compliance with safety and environmental standards during repair operations. Interested contractors should direct inquiries to Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and must acknowledge receipt of amendments to the solicitation by the specified deadlines to remain eligible for consideration.

    Files
    Title
    Posted
    The document outlines a Request for Quotations (RFQ) for Dry Dock services for the Coast Guard Cutter BLUE SHARK as part of federal procurement aimed at supporting Women-Owned Small Businesses (WOSB). It specifies the contract type as Firm Fixed Price, with a performance period from September 2, 2025, to November 4, 2025. Key requirements highlight the need for a facility with a minimum water depth of 12 feet and a minimum height clearance of 55 feet for ship access. The document details the solicitation process, urging contractors to submit bids and providing essential clauses from the Federal Acquisition Regulation (FAR) that govern compliance and operational standards. Clauses cover contractor obligations, payment procedures, and the safeguarding of sensitive information. Emphasis is placed on ensuring support for small and disadvantaged businesses within the contracting framework, aligning with federal initiatives to promote inclusive economic opportunities. The document maintains structure by providing detailed sections on terms, conditions, and provisions necessary for contractors involved in government projects, ensuring clarity on responsibilities and deliverables.
    This government document pertains to the amendment of solicitation number 70Z08025QPBPL0019, specifically related to the dry-dock repair of the USCGC BLUESHARK. The amendment outlines the necessity for contractors to acknowledge receipt by specific methods before the designated deadline; failure to do so may result in the rejection of their offers. Key updates include responses to vendor inquiries concerning the solicitation and the provision of revised formulas in the Schedule of Services. The document lists various administrative details, such as the contract ID code, modification number, and effective dates, and specifies that no other changes have occurred due to this amendment. Attachments include a Q&A document and the revised schedule related to the services for the BLUESHARK project. As part of the federal RFP framework, this amendment ensures clarity in the solicitation process and aims to facilitate effective communication between the contracting office and potential vendors.
    The document outlines an amendment to a solicitation for dry-dock repair services for the USCGC Blueshark. Its primary purpose is to inform contractors of important procedural changes, including the acknowledgment of receipt of the amendment and the modification of submission procedures. The document specifies that offers must be acknowledged before a set deadline, detailing methods of acknowledgment, which include returning certain items or contacting by letter or electronically. A significant change highlighted in this amendment is the extension of the closing date for submissions from April 21, 2025, to April 23, 2025. The amendment also updates formulas for definite and optional services in the Schedule of Services. Overall, the amendment ensures clarity for contractors while maintaining all other terms and conditions of the original solicitation unchanged. This document exemplifies the structured approach taken in government RFPs to facilitate clear communication and procedural compliance among bidders.
    The amendment to the solicitation outlines critical instructions for acknowledging receipt of the amendment by contractors, emphasizing that failure to do so may lead to rejection of their offers. It provides several methods for acknowledgment, including completing specific items in the document or using separate communication referencing the solicitation and amendment numbers. The document specifies that the amendment aims to address a request for the '87 Stability and Loading Booklet, which is now attached, clarifying that such documents are not usually included with the standard technical packages. Additionally, the amendment confirms that all other terms and conditions of the original solicitation remain unchanged. This process ensures that all participating contractors are informed of updates and possess the necessary documentation to prepare their proposals effectively, crucial in the context of federal RFPs and compliance with procurement regulations.
    The Stability and Loading Data Booklet for the 87 WPB (Coastal Patrol Boat) is a comprehensive guide created by the U.S. Coast Guard's Surface Forces Logistics Center, detailing the stability characteristics, loading instructions, and operational guidelines necessary for safe vessel operation. It includes sections on the principal characteristics of the cutters, definitions of key terms crucial for understanding vessel stability, and instructions for liquid and passenger loading. The booklet emphasizes maintaining stability through adherence to weight and trim limits, proper liquid loading, and managing the effects of icing and flooding. The data presented are based on stability tests of selected vessels, ensuring accuracy in the operational guidelines. Key concepts include the allowable virtual center of gravity (KGv), dynamic loading effects, and compliance with damage survival criteria to ensure operational safety during adverse conditions. This document serves as an essential resource for the maintenance and safe operation of the 87 WPB vessels, reinforcing the Coast Guard’s commitment to effective and safe maritime practices.
    The document outlines the pricing schedule and foreseeable cost worksheet related to the drydock availability of the USCGC Blueshark (WPB-87360) for fiscal year 2025. It details various maintenance and inspection tasks, such as ultrasonic testing, preservation of hull plating, cleaning of tanks, and renewals of several components, all listed with unit prices and quantities, which are currently set at $0.00. The contractor is to provide labor and material cost breakdowns for "Over and Above/Growth Work," emphasizing that these prices may vary with actual requirements. Additionally, the foreseeable costs related to transportation, per diem, and family separation allowances for crew members are specified, depending on the distance from the Engineer's home port. The document outlines calculations for travel expenses, per diem rates, and operational costs, reinforcing adherence to federal guidelines while managing the project. Overall, this RFP document aims to facilitate the maintenance and operational readiness of the vessel, ensuring compliance with government standards while allowing flexibility for unforeseen costs.
    The document outlines the specifications for drydock repairs of the USCGC Blue Shark (WPB 87360) scheduled for FY2025. It serves as a guideline for contractors engaged in the repair work, detailing the scope, requirements, and operational standards necessary for maintaining the vessel’s integrity. Key sections include detailed work items ranging from hull plating inspection through ultrasonic testing to cleaning and inspecting various oil and water tanks. Each work item specifies necessary actions, standards, and government-furnished property associated with materials. The document emphasizes compliance with Coast Guard standards, environmental protection measures, and safety protocols during repair operations. Additionally, it includes a consolidated list of inspection items, with critical checks mandated early in the repair phase to ensure safety and structural reliability. The document's purpose fits within federal contracting norms, aligning with Requests for Proposals (RFPs) for government contracts for vessel maintenance and repair. The structured approach in this document ensures that contractors understand the expectations and quality standards required for successful project completion while safeguarding environmental and operational regulations.
    The document addresses operational queries related to the U.S. Coast Guard (USCG) procurement processes. It confirms that the USCG will be responsible for providing fuel, indicating their role in the logistical aspects of operations. Additionally, it clarifies discrepancies regarding the seal type used in machinery; the Chesterton seal is confirmed as the installed shaft seal, contradicting incorrect information regarding the John Crane seal in the machinery particulars. This resolution indicates a need for precise technical specifications in the procurement and operational guidelines, ensuring accurate implementation in maritime machinery maintenance. The document reflects the importance of clarity in technical documentation within the context of federal contracts and standards compliance.
    The document outlines the pricing schedule for the USCGC Blueshark (WPB-87360) drydock availability in fiscal year 2025. It includes various tasks related to the maintenance and inspection of the vessel, such as hull plating ultrasonic testing, preservation work, cleaning and inspecting tanks, and renewing critical components like propulsion shafts and propellers. Each task is listed with a unit price, quantity, and extended price, although all listed unit prices are marked as zero, indicating that specific costs are not yet assigned. The document also features a foreseeable cost worksheet that accounts for travel expenses for personnel, including port engineers and crew, and factors in per diem allowances, cutter operational costs, and family separation allowances when applicable. It emphasizes the need for contractors to provide accurate estimates for expenses based on distance factors from various locations, such as the homeport and contractor facility. Overall, the document serves as a comprehensive guide for contractors responding to the request for proposals (RFP) regarding the ongoing maintenance of the USCGC Blueshark, outlining required services, travel costs, and the necessary information for estimating total project expenses in accordance with federal guidelines.
    The document outlines the pricing schedule for the drydock availability of the USCGC Blueshark (WPB-87360) during fiscal year 2025. It includes a comprehensive list of tasks, including hull inspections, preservation activities, and the renewal of various components. Each item is categorized with specific job descriptions, unit prices, quantities, and extended prices, though they are all currently listed as $0.00. The pricing schedule also addresses potential over and above or growth work that may arise during the contract period, emphasizing the potential for additional tasks based on unit pricing. Furthermore, the document notes considerations for transportation costs for personnel, per diem rates, and operational factors, highlighting factors crucial for cost estimations based on distance and travel needs. It emphasizes the need for contractors to provide accurate and detailed input in designated sections for accurate forecasting of foreseeable costs. This document is part of federal contracting processes, specifically pertaining to government RFPs, with a focus on ensuring transparency and accountability in procurement for specialized maintenance and operations of Coast Guard vessels.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    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.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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.
    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 STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 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 company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    DRYDOCK: USCGC HAMMERHEAD DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for drydock repairs for the USCGC HAMMERHEAD (WPB-87302) as part of a total small business set-aside contract for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as hull preservation, engine realignment, and system upgrades, with specific requirements for technical approaches, certifications, and safety plans. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested contractors must submit their proposals by December 29, 2025, and can direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    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.
    DRY DOCK USCG BEAR FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dry dock repairs for the USCGC BEAR (WMEC 901) in fiscal year 2026. The procurement involves dry dock services, temporary cutter services, and the repair and preservation of ballast tanks, with work required to be performed within a 50-mile radius of the vessel's homeport in Portsmouth, VA, from July 20 to August 9, 2026. This opportunity is crucial for maintaining the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested parties must submit their information, including company details and past performance, by December 29, 2026, at 11:00 am EST, and must be registered in SAM to participate. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil.