DRYDOCK: USCGC SEA OTTER DD FY25
ID: 70Z08025QPBPL0020Type: 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
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 5:00 PM UTC
Description

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.

Files
Title
Posted
Mar 26, 2025, 5:07 PM UTC
This document outlines the solicitation for a contract with a Women-Owned Small Business (WOSB) for commercial products and services, specifically detailing the requisition and contractual requirements for the US Coast Guard. It includes information such as solicitation numbers, delivery terms, pricing, and the variety of information needed for the proposal and subsequent execution of the contract. The key service outlined is the provision of contract services for the CGC SEA OTTER, with a fixed price structure and set performance periods. The document emphasizes compliance with numerous federal acquisition regulations and statutes, including clauses that address contractor standards, employee rights, and specific social equity commitments towards economically disadvantaged, women-owned, and veteran-owned businesses. Moreover, it stipulates terms regarding payment processes, service contracts, and safety regulations for contractors performing work related to government contracts, highlighting the importance of adhering to the regulatory framework while fostering small business participation in federal contracting. The comprehensive guidelines presented are intended to facilitate small business participation and ensure high service delivery standards while protecting government interests.
Mar 26, 2025, 5:07 PM UTC
The document outlines a Request for Proposal (RFP) for the dry docking availability of the USCGC Sea Otter (WPB-87) for Fiscal Year 2025. It details necessary structural and maintenance tasks including hull condition assessments, cleaning of tanks, preservation of deck surfaces, realignment of engine components, and renewal of critical machinery and electrical systems. The pricing schedule incorporates both definite and optional items, with instructions for contractors to provide detailed cost breakdowns for labor and materials needed for any additional work requested. The document emphasizes the need for contractors to fill estimates regarding transportation and per diem costs related to the assignment, considering accessibility from the contractor’s facility to the naval base, and includes guidelines on calculating allowances for crew members with dependents. Overall, it serves as a comprehensive guide for contractors to prepare their proposals, ensuring that they meet the necessary standards and requirements for the dry docking operations, while also focusing on cost management and logistical planning. The emphasis on detailed cost analysis and structured pricing clearly aligns with federal contracting practices.
Mar 26, 2025, 5:07 PM UTC
The document outlines the specifications for the drydock repairs for the USCGC SEA OTTER (WPB-87362) for fiscal year 2025. It details a variety of work items necessary for the maintenance and preservation of the cutter, including structural analysis, ultrasonic testing of hull plating, preservation of tanks, and renewal of critical components such as propellers and rudder assemblies. The specifications emphasize the need for adherence to safety standards, quality control measures, and environmental protection throughout the repair process. Each work item is thoroughly described, outlining the requirements, methods, and government-furnished materials involved. Additionally, the document includes references to Coast Guard drawings and publications, which will aid contractors in fulfilling their obligations. A critical aspect is the documentation of inspection items to be completed early in the drydock period, ensuring timely and effective maintenance of the vessel. The overall aim is to ensure the cutter remains operational and maintains its structural integrity after repairs. This RFP exemplifies the government’s commitment to maintaining the functionality and safety of its assets while engaging with contractors who meet the highest standards of quality and compliance.
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.
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.
DRYDOCK: USCGC CHARLES SEXTON FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC Charles Sexton (WPC-154) during fiscal year 2025. The procurement is a Total Small Business Set-Aside, focusing on shipbuilding and repair services, and requires contractors to perform comprehensive inspections, preservation tasks, and repairs on various vessel components while adhering to strict environmental and safety standards. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet. Interested parties should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or 757-803-7949, or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil or 206-827-3116 for further details, with proposals due as specified in the solicitation documents.
DRYDOCK: USCG OSPREY DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for drydock repairs of the USCGC OSPREY (WPB-87307), which is home ported in Port Townsend, WA. The project involves extensive work on hull plating, propulsion systems, deck preservation, and maintenance tasks on various components, with an anticipated duration of 64 days from November 18, 2025, to January 20, 2026. This sources sought notice aims to assess market capabilities and gather insights for future procurement, emphasizing the importance of ensuring that the necessary services can be effectively acquired. Interested companies should submit their qualifications, including business size and relevant past performance, to Christiana Rolack at christiana.a.rolack@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and are advised to register in the System for Award Management (SAM).
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.
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 for the USCGC HOLLYHOCK during 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, 2025, to September 18, 2025. This opportunity is crucial for maintaining the operational readiness and safety standards of the vessel, emphasizing adherence to Coast Guard specifications and environmental regulations. Interested small businesses, particularly those classified as Women-Owned Small Businesses, should contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil for further details and to ensure compliance with the solicitation requirements.
USCGC Joseph Doyle Dockside Repairs
Buyer not available
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.
USCGC SEA FOX DD Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock repairs of the USCGC SEA FOX (WPB-87374) under a total small business set-aside solicitation. The procurement involves comprehensive maintenance services, including hull preservation, inspections, and the renewal of various components, with a performance period scheduled from July 15, 2025, to September 16, 2025. This opportunity is crucial for maintaining the operational integrity of Coast Guard vessels, ensuring compliance with safety and environmental standards throughout the repair process. Interested contractors should contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details and to confirm receipt of the solicitation amendment by the specified deadline.
BERTHOLF DS FY25 FQ4
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dockside repairs on the United States Coast Guard Cutter (USCGC) Bertholf (WMSL-750) as part of a total small business set-aside contract. The scope of work includes comprehensive ship maintenance and repair tasks, which will be specified through individual task orders, with the contract period extending from the date of award until November 18, 2025. This procurement is critical for ensuring the operational readiness and safety of the cutter, which is based in Alameda, California. Interested parties should contact Lavon Lewis or Mark Cap via email for further details, and the estimated contract value is projected to be significant, with funding allocated per task order based on availability.
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.