Small Business Opportunities FY-24 Q4 / USCG C5I Service Center
Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 3 PORTSMOUTHPORTSMOUTH, VA, 23703, USA
Timeline
    Description

    Special Notice: Homeland Security, Department of, US Coast Guard is providing Small Business Opportunities for IT and Telecommunications services. This notice serves as a notification of the Small Business Points of Contact (POCs) for reference purposes. The service being procured is typically used for providing IT and Telecommunications support to the US Coast Guard. The place of performance for this procurement is Portsmouth, Virginia, United States. For further information, please contact Rick D. Petersen at rick.d.petersen@uscg.mil or 7572952270.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USCG SBPL OTH LEVER, REMOTE CONTROL
    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 an OTH LEVER, REMOTE CONTROL. This item falls under the category of MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS. The procurement will take place in Curtis Bay, MD (zip code 21226), USA. The primary contact for this procurement is Kenneth Tankersley, who can be reached at KENNETH.C.TANKERSLEY@USCG.MIL. The notice states that this is a commercial item solicitation and quotes are being requested. The award will be made using the lowest price technically acceptable method, and it will be a firm fixed price purchase order. For detailed requirement information, please refer to the attached solicitation documents.
    CG-4 Mission Support Business Model (MSBM)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is announcing a special notice regarding a contract modification for the Engineering and Logistics Directorate (CG-4). This modification aims to increase the contract ceiling for task order 70Z02321FPLM00200, awarded to Vector CSP LLC, by $3,916,251.73, raising the total ceiling from $12,083,652.00 to $14,775,660.03, with no updates to the Statement of Work. This contract, which was initially awarded on September 23, 2021, is crucial for supporting the logistics and engineering functions of the USCG and is set to expire on September 22, 2026, with a potential extension to March 22, 2027, if the agency exercises its options. Interested parties may contact Yvonne Green or Melony Suber for further information, and responses to this notice must be submitted by October 5, 2024, at 12:00 PM Eastern Standard Time.
    USCGC BERTHOLF REPLACEMENT CIC DOOR
    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 replacement CIC door for the USCGC BERTHOLF. The CIC door is a crucial component used for the Command Information Center (CIC) on the USCGC BERTHOLF. The CIC is responsible for coordinating and monitoring all operational activities on the vessel. The procurement is for the replacement of the existing CIC door and is scheduled to take place from December 11, 2024, to December 15, 2024, in Alameda, CA (zip code: 94501), USA. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 949-288-1271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436. The Statement of Work (SOW) is attached to the notice for further details.
    USCG STA FORT MYERS BEACH (45724) FY24 DD 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/item. The service/item being procured is related to the repair of USCG STA FORT MYERS BEACH (45724) in Fort Myers Beach, FL. This procurement falls under the Total Small Business Set-Aside category. The service/item is specifically categorized under the NON-NUCLEAR SHIP REPAIR (EAST) industry with the PSC code J998. The primary contact for this procurement is Troy Elliott, who can be reached at troy.s.elliott@uscg.mil or 7576284540. The secondary contact is Regina M Elliott-Dougherty, who can be reached at Regina.ElliottDougherty@uscg.mil or 5716101960. The notice includes various documents such as the Schedule of Supplies and Services, Past Performance Questionnaire, Additional Contract Requirements, and Language for Solicitations. These documents are available for download as a PDF.
    Commercial Port Information and Operational Technology
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking insights from commercial port stakeholders through a Request for Information (RFI) titled "Commercial Port Information and Operational Technology" under the C-PILOT program. The objective of this RFI is to identify vulnerabilities in commercial port operations, specifically focusing on Information Technology (IT) and Operational Technology (OT) systems, to enhance cybersecurity measures within the U.S. Maritime Transportation System (MTS), which is vital to the national economy and supports 13 million jobs. Participants will contribute to the development of a virtual testbed for evaluating cybersecurity readiness and identifying gaps in current protections, with the potential for interviews and site visits by DHS personnel. Interested parties are encouraged to submit their responses, including contact information and relevant experience, to MaritimePortResiliencyandSecurityStudy@hq.dhs.gov by the specified deadline.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    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).
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    CY6000 DUP KIT 400-405
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 10 units of the CY6000 DUP Kit 400-405, manufactured by ICOM AMERICA, INC. This solicitation is part of a combined synopsis/solicitation under NAICS code 334220, aimed at ensuring the availability of essential radio communication equipment for operational readiness. Vendors must be registered in SAM.gov and provide proof of being an authorized distributor of ICOM parts, with all submissions due by September 18, 2024, and expected delivery by January 15, 2025. Interested parties should direct inquiries to Gina Baran at gina.m.baran@uscg.mil, and ensure compliance with military packaging standards and invoicing through the Integrated Program Payment (IPP) system.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.