CGC Hart Bilge Cleaning and Removal
ID: 52000QR240007827Type: 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

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, is seeking proposals from qualified small businesses for the bilge cleaning and removal services for the CGC Hart, as outlined in solicitation number 52000PR240007827. The contractor will be responsible for the removal and safe disposal of approximately 100 gallons of Aqueous Film-Forming Foam (AFFF) and associated wastewater from the vessel's forward bilge area, ensuring compliance with federal and state regulations. This procurement is critical for maintaining environmental safety and operational readiness, with the work scheduled to take place in Honolulu, Hawaii, from September 11 to September 16, 2024. Interested vendors must submit their firm fixed price proposals by September 10, 2024, at 11:00 AM EST, and can direct inquiries to Sandy Reed-Robinson or Damon Jones via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the contractual obligations for contractors supplying commercial items to the federal government, particularly focusing on compliance with various Federal Acquisition Regulation (FAR) clauses. It lists mandatory clauses that contractors must follow to adhere to laws and executive orders, including prohibitions on certain contracts with firms like Kaspersky Lab, specifications regarding subcontractors, and requirements regarding labor and equal employment opportunities. Contractors are required to include specific FAR clauses in their subcontracts and maintain comprehensive records for a minimum duration to ensure transparency and allow for audits by governmental bodies. The purpose is to enforce legal compliance, protect government interests, and promote small business utilization in government contracts. Overall, the document reflects the government's commitment to uphold statutory obligations in procurement processes, emphasizing ethical practices, labor rights, and the promotion of small businesses within federal contracting frameworks.
    The document outlines a Statement of Work for the USCGC Willam Hart concerning the removal and disposal of a 5-gallon leak of Aqueous Film-Forming Foam (AFFF) from the forward bilge area. The vendor is tasked with pumping out the AFFF and associated wastewater, estimating up to 100 gallons total for safe disposal in accordance with federal and state regulations. The project is set to take place between September 6 and September 16, 2024, at a specified location in Honolulu, Hawaii. The work requires the vendor to also deliver 100 gallons of the reclaimed mixture to the Coast Guard for appropriate disposal. The primary contact for the operation is MKC Justin Graham, who can be reached via phone or email. This document is part of a federal RFP, seeking compliance and responsible handling of hazardous materials, reflecting the government’s commitment to environmental protection and safety standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BERTHOLF FUEL OIL PURIFIER FEED PUMP INSPECT AND REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and repair the fuel oil purifier feed pump on the Coast Guard Cutter (CGC) Bertholf. The primary objective is to address a fuel leak suspected to be caused by a mechanical seal failure in the 1 feed pump, requiring a thorough evaluation, necessary repairs, and certification testing to ensure compliance with original equipment manufacturer specifications. This procurement is critical for maintaining the operational readiness of the vessel, as the fuel oil purifier system is essential for its performance. Interested vendors must submit their official quotes by 8:00 AM Pacific Time on September 20, 2024, and can direct inquiries to Jeramyah W. George at Jeramyah.W.George@uscg.mil or Bryan P. Briggs at bryan.p.briggs@uscg.mil.
    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.
    52000QR240007760 USCGC OLIVER BERRY FM200 FIRE SURPRESSION SYSTEM INSPECTION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspection and certification of the FM200 and Galley Fixed Fire Suppression Systems aboard the Coast Guard Cutter OLIVER BERRY (WPC 1124) in Honolulu, Hawaii. The contractor will be required to travel to the cutter's homeport and conduct inspections in accordance with maintenance publications N31015.D and N30050.D, with the inspection period scheduled from October 1 to October 20, 2024. This procurement is critical for ensuring the operational readiness and safety compliance of maritime fire suppression systems. Interested vendors must submit their Firm Fixed Price quotations by September 23, 2024, at 09:00 A.M. Eastern Standard Time, to Timothy Ford at timothy.s.ford@uscg.mil, with a copy to Stacy Spalding at stacy.j.spalding@uscg.mil.
    24-291 Remove and Dispose of Hazardous Waste Mater
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hazardous waste removal and disposal services at the National Seafood Inspection Lab in Pascagoula, Mississippi. The procurement includes a base year contract from October 1, 2024, to September 30, 2025, with an option for an additional year, requiring the contractor to manage all labor, equipment, and materials necessary for compliance with federal and state regulations regarding hazardous waste. This initiative underscores the government's commitment to responsible hazardous material management while promoting small business participation, with quotes due by 12:00 PM EST on September 20, 2024, submitted electronically to Heather Mahle at heather.mahle@noaa.gov.
    USCG Base Kodiak Hazardous Waste Sampling Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for Hazardous Waste Sampling Services at Base Kodiak in Alaska. The selected vendor, NWFF, Inc., will provide essential environmental consulting services, ensuring continuity of operations without service gaps while a long-term contract is established. This procurement is critical for maintaining compliance with environmental regulations and safeguarding public health. Interested organizations may submit their qualifications to Robbin Kessler at robbin.m.kessler@uscg.mil by September 3, 2024, at 1:00 p.m. Alaska time, although this notice is not a request for competitive quotes.
    Oil Water Seperator services Hawaii ANG
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for Oil Water Separator (OWS) services at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contractor will be responsible for servicing two OWS units, including the removal, transport, recycling, and disposal of accumulated oily water and petroleum products from multiple Hawaii Air National Guard facilities. This contract is crucial for maintaining environmental compliance and operational efficiency at the base, with a performance period starting from September 28, 2024, to September 27, 2025, and options for four additional years. Interested small businesses, particularly those eligible for HUBZone or Women-Owned Small Business programs, should submit their proposals, including technical descriptions and pricing, to the primary contact, Clesson Paet, at clesson.k.paet.civ@army.mil by the specified deadline.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Active
    Homeland Security, Department Of
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    Gulf Coast Regional Hazardous Waste Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the Gulf Coast Regional Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of hazardous and non-hazardous wastes generated by the government at military installations within a 50-mile radius in the Gulf Coast region, emphasizing compliance with federal, state, and DOT regulations. The contract is crucial for ensuring safe and timely waste management practices that support military operations, with a firm-fixed price structure and a performance work statement detailing specific requirements. Proposals are due by 1500 EST on October 4, 2024, and interested parties should direct inquiries to Raymond Empie at raymond.empie@dla.mil or by phone at 269-961-5034.
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.
    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.