USCGC TARPON Towing Service
ID: 52000QR240007805Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Inland Water Freight Transportation (483211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: VESSEL TOWING (V125)

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 proposals from qualified small businesses to provide towing services for the USCGC Tarpon, with the contract performance scheduled between September 16th and 30th, 2024. The contractor will be responsible for supplying towing equipment, conducting vessel inspections, and developing a detailed towing plan that adheres to safety protocols and operational guidelines. This procurement is critical for ensuring the safe and efficient transportation of Coast Guard vessels, reinforcing the importance of maritime operations in national security. Interested vendors must submit their proposals by September 12, 2024, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Stacy Spalding at stacy.j.spalding@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items," specifying essential Federal Acquisition Regulation (FAR) clauses that contractors must adhere to when acquiring commercial items. It includes legal mandates such as prohibitions on contracting with entities like Kaspersky Lab, requirements for fair labor standards, and extensive regulations promoting small businesses, including various set-asides for disadvantaged groups. Additionally, it highlights compliance obligations related to reporting, ethics, and environmental considerations. The document also stipulates that contractors are required to provide access to records for auditing and that they must flow down certain FAR clauses to their subcontractors. This comprehensive regulation serves to ensure compliance with federal laws, promote ethical practices, and support fair competition among businesses participating in government contracts, reinforcing the government's commitment to responsible and equitable procurement practices.
    The document outlines the requirements for a contractor to provide vessel towing services between the U.S. Coast Guard Sector Jacksonville and the Coast Guard Yard in Baltimore, MD. The contractor must supply the necessary towing equipment, install fittings, inspect the vessel prior to towing, and obtain required approvals from the CG Captain of the Port. A pre-towing conference is mandatory, and a detailed towing plan must be submitted for review, which includes safety protocols, communication plans, and personnel responsibilities. Towing operations must be conducted during daylight hours in favorable weather, with specific limits on wind speed and vessel speed. The period of performance for this contract is set for September 16th-30th, 2024. The document serves as a Request for Proposal (RFP) detailing the scope of work, compliance standards, and operational guidelines essential for government contracting within federal maritime operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    DRYDOCK: USCGC KATHLEEN MOORE 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 docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.
    Annual inspections and load testing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Special Mission Training Center, is seeking qualified small businesses to conduct annual inspections and load testing of equipment. This procurement aims to ensure the maintenance and operational readiness of materials handling equipment, which is critical for the Coast Guard's mission effectiveness. Interested vendors must submit their pricing bids through the Unison Marketplace platform, with the solicitation closing on September 19, 2024, at 11:00 AM Eastern Time. For further inquiries, vendors can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source due to proprietary data restrictions and the critical nature of the services required. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    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 Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    RFI - Waterways Commerce Cutter (WCC) Cutter Boats
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG), is seeking information from qualified firms regarding the Waterways Commerce Cutter (WCC) Cutter Boats, specifically for the upcoming Request for Proposal (RFP) for Cutter Boat – Aids to Navigation – Small (CB-ATON-S). The procurement aims to identify a single-design cutter boat to support various missions, including aids to navigation, search and rescue, and maritime law enforcement, as part of the recapitalization of the inland tender fleet. The industry day will be held on October 17, 2024, in St. Louis, Missouri, where demonstrations of existing cutter boat capabilities will take place, and interested vendors must confirm attendance by September 30, 2024. For further inquiries, vendors can contact William E. Lewis at William.E.Lewis3@uscg.mil, and responses to the RFI are due by April 29, 2024.