ENGINEERING SERVICES FOR THE CG YARDS 87' & 65' VESSEL LIFTING CRADLE AND SPREADER BAR
ID: 70Z04025Q60217Y00Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is soliciting quotes for engineering services related to the certification of lifting equipment for its 87' and 65' vessels. The procurement involves professional engineering services for the recertification of a spreader bar and lifting cradle for the 87' WPB, as well as the spreader bar for the 65' WYLT, ensuring compliance with safety and operational standards. This initiative is crucial for maintaining the operational readiness and safety of U.S. Coast Guard vessels through certified lifting apparatuses. Interested vendors must submit their quotes via email by January 31, 2025, and can direct inquiries to SK2 Tyrone Johnson at Tyrone.W.Johnson@uscg.mil or by phone at 571-613-2506.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Coast Guard's Surface Forces Logistics Center (SFLC) is soliciting quotes for engineering services related to the certification of lifting equipment for its 87' and 65' vessels. This combined synopsis/solicitation, referenced as solicitation number 70Z04025Q60217Y00, calls for professional engineering services for three specific items: recertification of a spreader bar and lifting cradle for the 87' WPB, and the spreader bar for the 65' WYLT. The award will be based on Lowest Priced Technically Acceptable criteria, focusing on compliance with technical requirements, deadlines, and pricing, with the resulting purchase order being Firm Fixed Price with no advanced payments. Quotes should be submitted via email by January 31, 2025, and invoicing for the purchase orders will be processed through the Integrated Payment Platform (IPP). This solicitation represents the Coast Guard's commitment to maintaining operational readiness and safety standards for its vessels through certified lifting apparatuses.
    The document outlines various provisions and clauses associated with federal contracts, focusing on compliance requirements and prohibitions relevant to the acquisition process. Key clauses include the incorporation of representations and certifications, restrictions on contracting for certain telecommunications and video surveillance services, and combating trafficking in persons. Several clauses stipulate reporting on the prohibition of contracting with entities engaging in activities linked to Iran and provisions for encouraging contractor policies against texting while driving. The effective dates of these clauses range from 1984 to 2024, indicating ongoing updates and relevance for contracting entities. Furthermore, the clauses emphasize the federal commitment to ensuring security and ethical standards within procurement, particularly as they pertain to foreign entities and environmental concerns. This document serves as a critical reference for federal agencies, contractors, and grant providers to adhere to necessary regulations and provisions in their engagements.
    The document outlines a Purchase Request (#2125405Y6175K99002) from the U.S. Coast Guard, focusing on the certification services for various lift rigs and docking cradles used in maritime operations. The request involves the recertification of three specific pieces of equipment: a spreader bar for an 87’ WPB Lift Rig, a docking cradle for the same rig, and a spreader bar for a 65’ WYTL Lift Rig. The contractor must conduct essential inspections and provide a comprehensive Certification Report, adhering to guidelines from the Surface Forces Logistics Center Standard Specification (SFLC Std Spec 8634). Inspections are to be performed at the U.S. Coast Guard Yard in Baltimore, MD, with an expected delivery of all reports within 30 days post-award. Each report must include engineering signatures, test findings, endorsements on condition assessments, and any relevant non-destructive testing documentation. Overall, the document serves as a formal solicitation for specialized services, ensuring compliance and safety for vital U.S. Coast Guard equipment, reflecting a commitment to maintain operational readiness in maritime operations.
    The U.S. Department of Labor's Wage Determination No. 2015-4265 outlines minimum wage rates for service contract workers under the Service Contract Act, applicable in Maryland counties. It states that contracts entered post-January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour for covered workers. Contracts awarded between January 1, 2015, and January 29, 2022, follow Executive Order 13658 with a minimum wage of $12.90 per hour unless higher rates are set in the determination. The document details various occupational wage rates, fringe benefits, paid sick leave mandates under Executive Order 13706, and employee protections. It requires contractors to provide health and welfare benefits and outlines the conformance process for unlisted job classifications. These regulations aim to ensure fair compensation and worker rights for those employed in federal service contracts, reinforcing compliance with federal labor standards and promoting equitable treatment of workers. This file plays a significant role in federal RFPs and grants, as it provides essential wage guidelines that contractors must adhere to when bidding for government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Block and Crank Machining
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotations for a Firm Fixed Price Purchase Order for specialized services related to crankcase and crankshaft maintenance on designated engine components. Vendors must possess MTU/Rolls Royce certification and ensure timely access to OEM parts, as the services are critical for maintaining the operational capabilities of the Coast Guard's engine systems. Quotations are due by March 1, 2025, at 9:00 AM Eastern Time, and must be submitted via email to the designated contracting officer, with services expected to commence within 30 days post-award. For further inquiries, interested parties can contact Shawn Loving at Shawn.M.Loving@uscg.mil or by phone at 206-820-4631.
    HOOK, RELEASE, BOAT DAVIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a hook, release, boat davit, as outlined in a Combined Synopsis/Solicitation notice. This equipment is crucial for maritime operations, facilitating the safe handling and deployment of boats in various operational scenarios. Interested vendors should be aware of the relevant packaging and marking requirements as specified in the "Packaging and Marking Guide for DoD," which emphasizes compliance with military and commercial standards, as well as the Federal Acquisition Regulation (FAR) clauses that govern the contract. For further inquiries, potential bidders can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    Center Box Harness
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the procurement of 40 units of the Center Box Harness, a critical component for aviation operations. This solicitation, identified by RFQ number 70Z03825QJ0000175, is aimed at acquiring new approved parts, with the potential for an additional 20 units within a year of the initial order, emphasizing the importance of timely delivery and compliance with federal regulations. Interested vendors must adhere to specific terms and conditions outlined in the attached document, which includes quality assurance and technical acceptability criteria, with a submission deadline of February 24, 2025, at 2:00 PM Eastern Time. Quotations should be directed to Michelle Monds at MRR-PROCUREMENT@uscg.mil, referencing the solicitation number in the subject line.
    ANCHOR WINDLASS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of an Anchor Windlass, as outlined in a Combined Synopsis/Solicitation notice. The procurement requires adherence to specific shipping and packaging guidelines, including the necessity for an itemized packing list, protection against corrosion, and compliance with ASTM-D-3951 standards for packaging and preservation. This equipment is crucial for the operational capabilities of the Coast Guard, ensuring effective maritime operations. Interested vendors should direct inquiries to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL for further details on the submission process and requirements.
    USCGC Waesche Dual Point Davit Modify
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to modify the Dual Point Davit (DPD) on the USCGC Waesche as part of a combined synopsis/solicitation. The project involves modifying the DPD for constant tension capability, installing a machinery space camera system, and conducting biennial maintenance inspections, with the work scheduled from March 10, 2025, to May 28, 2025, followed by sea trials on July 1, 2025, at the Coast Guard Base in Alameda, California. This procurement is critical for maintaining the operational readiness and safety of Coast Guard vessels, emphasizing compliance with the Surface Forces Logistics Center Standard Specification and thorough documentation of all maintenance activities. Interested small businesses should contact Kyler Fisk at kyler.c.fisk@uscg.mil or 949-288-1271, or Ulises Balmaceda at ulises.o.balmaceda@uscg.mil or 510-437-5438 for further details.
    STONE MAN LIFT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a Stone Man Lift, as outlined in a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 336611, which pertains to Ship Building and Repairing. The Stone Man Lift is crucial for enhancing operational capabilities in ship and marine equipment maintenance, ensuring safety and efficiency during repairs. Interested vendors should contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327, or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436 for further details.
    Strut. Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotes for the procurement of aircraft struts as part of a request for quotes (RFQ). The procurement involves specific requirements, including a total quantity of four struts, with a required delivery date set for March 20, 2025. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors should direct their quotes and inquiries to Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, ensuring compliance with all specifications and shipping terms outlined in the RFQ documentation.
    WINCH DRUM POWER OPERATED
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide a power-operated winch drum as part of a combined synopsis/solicitation. The procurement requires adherence to specific packaging and shipment preparation guidelines, including the necessity of an itemized packing list and compliance with ASTM-D-3951 standards to ensure the safe delivery of materials. This equipment is crucial for the operational capabilities of the Coast Guard, enhancing their logistical efficiency in various missions. Interested parties should contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL for further details regarding the procurement process.
    COUPLING, FLANGE, AND ELBOW
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of couplings, flanges, elbows, adapters, a strainer, and clamps through solicitation number 70Z04025Q60223Y00. This procurement aims to ensure the availability of essential industrial supplies that support the Coast Guard's logistics capabilities and operational readiness. The selected contractor will be required to deliver the specified items to Baltimore, MD, by September 22, 2025, adhering to military packaging and marking standards to ensure quality and prevent damage. Interested vendors should direct inquiries to SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or call 571-613-2506, and note that this opportunity is set aside for small businesses under the SBA guidelines.
    Various Items
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), intends to award a sole source contract to Sikorsky Aircraft Corporation for various aviation parts and services. The procurement includes specific items such as access doors, aircraft fairings, fairing assemblies, and fittings, with delivery timelines ranging from January 2026 to October 2025, reflecting the Coast Guard's commitment to maintaining and enhancing its aviation logistics capabilities. Interested vendors may submit quotations for consideration by the agency, with a deadline set for 2:00 P.M. (EST) on February 25, 2025, to the primary contact, Paige Kressley, at Paige.E.Kressley@uscg.mil, or the secondary contact at mrr-procurement@uscg.mil. The solicitation number for tracking purposes is 70Z03825QJ0000172, and the procurement is unrestricted with no small business set-aside.