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
    PARTS KIT,SEAL REPL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for a Parts Kit, Seal Replacement, through RFQ 70Z08525Q30019B00. This procurement aims to acquire essential spare parts, including an Actuator Overhaul Kit and a Hydraulic Coupling Kit, which are critical for maintaining operational readiness and efficiency within the Coast Guard's fleet. Vendors must comply with strict military packaging and labeling standards, and all quotes are due by March 22, 2025, with anticipated delivery set for September 11, 2026. Interested parties should register on SAM.gov and may contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    SPRING HELICAL COMPRESSION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of specialized OEM parts from Superior-Lidgerwood-Mundy Corp to support the maintenance of the WMSL 418' cutters. This Request for Quote (RFQ) 70Z08525Q30017B00 includes multiple line items such as various springs, a motor, clutch components, and pins, all of which must be sourced from authorized distributors due to the proprietary nature of the required components. The procurement is critical for maintaining the operational readiness of the Coast Guard's maritime capabilities, with a required delivery date set for October 28, 2025, and quotes due by March 25, 2025. Interested vendors must contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified packaging and invoicing requirements.
    CYLINDERS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of hydraulic Cylinder Assemblies (NSN: 3040-01-103-6565, Part Number: R433010583) used in their Medium Endurance Product Line. The procurement involves opening, inspecting, reporting, and potentially repairing nine units, with strict adherence to OEM specifications and packaging requirements to ensure safe delivery and compliance with Coast Guard standards. These components are critical for maintaining operational readiness and performance of Coast Guard vessels. Interested vendors must submit their quotes by March 18, 2025, and direct any inquiries to Nina Crosby at Nina.M.Crosby@uscg.mil.
    Overhead Hoist Inspections at USCG Base Charleston
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide inspection services for five overhead hoists at USCG Base Charleston and the Sector Charleston Engineering Building in South Carolina. The contractor will be responsible for conducting annual inspections in accordance with the Statement of Work, ensuring compliance with safety regulations, and providing all necessary tools, labor, and documentation within 30 days of contract award. This procurement is critical for maintaining operational safety and regulatory compliance of equipment used at Coast Guard facilities. Interested parties must submit their quotes by 5:00 PM EST on March 21, 2025, and direct any inquiries to SKC Adam Hitchcox at adam.s.hitchcox@uscg.mil or by phone at 571-608-4730.
    FENDER, MARINE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of marine fenders, specifically a complete collar kit for the starboard side, as part of a combined synopsis/solicitation. The requirement includes 10 units of the specified collar kit, which consists of a collar membrane, main foam, comp foam, and UHMW rod, with a delivery deadline set for May 5, 2025. This procurement is crucial for maintaining the operational readiness of the Coast Guard's small boat fleet, ensuring the durability and functionality of their marine equipment. Interested vendors must submit their quotations to Kimberly J. Wooters at kim.j.wooters@uscg.mil, and ensure they are registered in SAM.gov, with all deliveries to be made to the specified address in Baltimore, MD.
    USCGC BERTHOLF (WMSL 750) DS FQ2 FY25 Dual Point Davit, Biennial Maintenance
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide biennial maintenance for the Dual Point Davit system aboard the USCGC BERTHOLF (WMSL 750). The maintenance work is scheduled to take place from April 7 to April 18, 2025, and includes essential tasks such as inspections, hydraulic analysis, and operational tests to ensure the safety and operational readiness of the equipment. This procurement is critical for maintaining the functionality of Coast Guard systems and adheres to strict regulatory standards. Proposals are due by March 14, 2025, and interested vendors should contact Kiku Khan at kiku.k.khan@uscg.mil or Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil for further details.
    PRE, POST, & AFLOAT MEASUREMENTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for pre, post, and afloat measurements required at the Coast Guard Yard in Curtis Bay, Maryland, under Request for Quote (RFQ) number 70Z04025Q60226Y00. The procurement aims to secure a Firm Fixed Price Purchase Order based on the Lowest Priced Technically Acceptable criteria, focusing on technical capability and cost-effectiveness, with an emphasis on maintaining operational readiness through timely measurements during scheduled dry-docking phases. Interested vendors must submit their quotes via email by March 19, 2025, and are required to comply with various federal acquisition regulations, including provisions related to ethical standards and safety protocols. For further inquiries, vendors can contact SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or by phone at 571-613-2506.
    Open, Inspect, Report and Repair of Shutoff, Mechanical
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and potential repair of shutoff mechanical items, identified by NSN 2990-01-122-3827. The procurement involves nine units of a specific part manufactured by Caterpillar, Inc., which are critical for the U.S. Coast Guard's Medium Endurance Product Line, and substitutes are not acceptable. Interested vendors must submit their quotes by March 18, 2025, at 10:00 AM EDT, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, vendors can contact Donna Scandaliato at Donna.M.Scandaliato@uscg.mil or by phone at 410-762-6259.
    Floating Scaffold/Work Platforms
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a floating scaffold/work platform, referred to as a paint float, for maintenance of the USCGC Polar Star while moored at the dock in Seattle, Washington. The project requires the design and delivery of a one-tier aluminum scaffolding system that can support five personnel, includes built-in ladders for access, and maintains a platform height between 5-7 feet, ensuring stability and compliance with OSHA standards. This floating maintenance dock is crucial for facilitating ongoing ship maintenance operations, and interested vendors must submit their official quotes, including shipping costs, to the designated contacts by the specified deadline. For further inquiries, vendors can reach out to Joseph Legan at Joseph.M.Legan@uscg.mil or Daniel J. Faivre at daniel.j.faivre@uscg.mil.
    USCG SFLC Watertight Door & Hatch
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of a watertight door and hatch, essential components for maritime operations. The solicitation, numbered 2125405Y152138384, outlines specific requirements for two items: a watertight door measuring 30" x 66" and a hatch measuring 30" x 30", both of which must comply with NAVSEA standards and be delivered by April 1, 2025. This procurement is critical for maintaining the operational integrity of Coast Guard vessels, ensuring they meet safety and performance standards. Interested vendors must be registered with SAM.Gov and are encouraged to submit their quotations to the primary contact, Jermond M. Williamson, by the specified deadline, with payment terms set at NET 30.