OVERHAUL POLAR CLASS (WAGB-10) ICEBREAKER CONTROLLABLE PITCH PROPELLER (CPP) HUB ASSEMBLYs FY-25
ID: 70Z08524QLREP0021Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the overhaul of the Controllable Pitch Propeller (CPP) hub assemblies for the POLAR STAR (WAGB-10) icebreaker, with a contract period spanning from May 1, 2025, to April 30, 2030. The contractor will be responsible for providing all necessary labor, materials, and equipment to meet the specifications outlined in the solicitation, which includes detailed processes for disassembly, inspection, and testing of the CPP hub assemblies. This procurement is critical for maintaining the operational capabilities of the icebreaker, ensuring it meets safety and performance standards. Interested parties must submit their proposals by October 31, 2024, and can direct inquiries to Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or Abdul H. Toulas at Abdul.H.Toulas@uscg.mil for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The Past Performance Information Form, attached to Solicitation No. 70Z08524QLREP0021, is a critical document required for government Requests for Proposals (RFPs). It is designed to collect detailed information about an offeror's previous contract performance to assess their relevancy and reliability for upcoming projects. The form requires the offeror to provide essential details such as their name, contract identifiers, customer information, contact details, total financial value, and periods of performance. Additionally, it asks for a thorough description of the work performed to demonstrate its relevance to the current solicitation. Information related to any subcontractors used, including their contributions and financial aspects, must also be documented. This structured approach ensures a comprehensive evaluation of past performance, which is vital for making informed decisions in the procurement process. Overall, this form emphasizes the significance of historical performance data in securing future government contracts.
    The document outlines the pricing schedule for the overhaul of Controllable Pitch Propeller (CPP) hub assemblies as part of the Polar Star Hub Overhaul for FY25-29. It includes detailed job tasks categorized by specific maintenance and repair services, such as hub assembly overhaul, trunnion overhaul, crank repair, and O-ring restoration, along with their respective quantities and pricing, which is initially listed as $0.00. The schedule is structured into multiple option years, providing a comprehensive view of the projected work scope over four additional years. Additionally, the document details Contract Line Item Numbers (CLINs) for growth work, indicating a composite labor rate for additional hours that will be incorporated into the contract for flexibility in funding future change requests by the Contracting Officer. The zero pricing suggests early planning stages or requests for proposals, reflecting the government's intent to forecast maintenance costs while adhering to budgetary controls. This document is essential for contractors participating in the RFP process for government contracts related to marine and mechanical repairs.
    The document outlines specifications for the overhaul and repair of the Controllable Pitch Propeller (CPP) hub assembly for the USCGC Polar Class Icebreaker, detailing the processes and requirements set forth by the U.S. Coast Guard (USCG). It covers various work items, including disassembly, inspection, and hydraulic testing, and emphasizes maintaining cleanliness and safety standards throughout the project. The specification provides a detailed list of government-furnished tools and materials needed for the task, alongside reference drawings and technical publications. Additionally, it stipulates the requirement for post-assembly testing, including pressure tests and inspections for leaks and performance, ensuring adherence to design parameters. The overall aim is to ensure a thorough and compliant refurbishment of the CPP hub assembly, which is critical for the operability of the icebreaker. This document is part of the federal procurement process, reflecting the government's commitment to maintaining operational capabilities of its maritime assets through well-defined repair and maintenance protocols.
    The document outlines the request for clarification related to the solicitation for the overhaul of the Controlled Pitch Propeller (CPP) Hub Assemblies aboard the USCGC Polar Star (WAGB-11) for fiscal years 2025 to 2029. Vendors are instructed to submit their questions in writing, including their name and a reference to the specification paragraph concerning their inquiry. Questions must be directed via email to designated Coast Guard personnel, Robin B. Kloeppel and Kiya Plummer-Dantzler. The format for submitting questions includes a space for the vendor's name, specification paragraph reference, the submitted question, and a response from the Coast Guard. This process aims to ensure clarity and maintain open communication between the Coast Guard and potential contractors during the solicitation period. The focus of this initiative is to facilitate the procurement process for necessary service repairs that will enhance the operability and safety of the Polar Star vessel.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) serves to establish the terms and conditions for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and other Sensitive but Unclassified (SBU) information. By signing the agreement, individuals acknowledge their familiarity with the applicable laws and regulations, particularly the Critical Infrastructure Information Act of 2002 and related guidelines. They consent to safeguard this information from unauthorized disclosure and agree to return all pertinent materials upon completion of their duties or at the request of authorized personnel. Additionally, the NDA outlines the government's right to enforce compliance through inspections and potential legal actions for violations. It emphasizes that the information's protection extends beyond access to include obligations related to handling, reporting security breaches, and maintaining confidentiality even after the termination of access. Overall, this document is crucial for managing sensitive information within federal programs and ensuring compliance with established security protocols, which is relevant in the context of federal grants and RFPs where confidential information is often shared with contractors and consultants.
    The document outlines the evaluation factors and methodology for the U.S. Coast Guard's (USCG) Request for Proposals concerning the Polar Hubs Overhaul for fiscal years 2025 to 2029. The evaluation will focus on three main factors: Price Proposal, Technical Capability Proposal, and Past Performance Proposal. Price will be assessed separately and is deemed less important than the technical and past performance factors. Technical Capability is subdivided into two sub-factors: Contractor Facility and Equipment, and Capabilities of Performing Work, with detailed requirements for facility specifications, equipment capacity, workforce experience, and quality assurance methods. Past Performance will involve evaluating relevant contracts from the past three years, using the Contractor Performance Assessment Reporting System (CPARS) metrics, emphasizing responsiveness to technical challenges and quality. The award will be made based on the best value to the government, not necessarily the lowest bid, with a preference for initial proposals that offer comprehensive and favorable price and technical elements. The document emphasizes the importance of providing thorough supporting information for each proposal and establishes the government’s rights regarding proposal evaluation and award decisions.
    The document outlines the United States Coast Guard (USCG) Ombudsman Program for Agency Protests, aimed at providing an alternative resolution for procurement concerns rather than resorting to litigation. Interested parties are advised to first address issues with the Contracting Officer and, if unresolved, may escalate to the Ombudsman. The formal protest process can lead to a suspension of contract performance under specific circumstances. Additionally, it introduces a solicitation (number 70Z08524QLREP0021) for commercial items related to the POLAR STAR (WAGB-10) Hub Overhaul, effective from May 1, 2025, with multiple option periods extending to 2030. The RFP is categorized under unrestricted procurement, with technical and past performance considerations prioritized over cost. Offerors must submit a planning document in the form of a Gantt chart detailing their approach and handling of environmental challenges. Compliance with specific clauses and submission guidelines is critical, and submissions are due by October 31, 2024. The document emphasizes the importance of addressing FASCSA orders and maintaining regulatory compliance throughout the contract's execution, ensuring security in procurement practices.
    Lifecycle
    Similar Opportunities
    Dock-side (DS): USCGC HEALY FY25 Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to perform dockside repairs on the USCGC HEALY for fiscal year 2025. The project entails comprehensive maintenance and inspection tasks, including critical repairs and structural upgrades, scheduled to take place from January 6, 2025, to May 8, 2025, at the cutter's home port in Seattle, Washington. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in Coast Guard missions. Interested small businesses must submit their quotes by October 17, 2024, at 3:30 PM Pacific Time, and can direct inquiries to primary contacts Robin B. Kloeppel or Andrew G. Jacobs 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 used on HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety through comprehensive repair services, including inspections, logistics support, and adherence to OEM standards, with GE Aviation Systems LLC identified as the sole source due to proprietary data restrictions. 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.
    USCGC FORREST REDNOUR DRYDOCK FY2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking maintenance of the USCGC FORREST REDNOUR (WPC 1129) scheduled for fiscal year 2025. The project entails various maintenance tasks, including inspections and repairs related to machinery, electrical distribution, hull plating, and cathodic protection, with an anticipated performance period of 120 calendar days from April 8, 2025, to August 5, 2025. This maintenance is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must respond to the Sources Sought Notice by October 16, 2024, and provide detailed information about their business size, relevant experience, and qualifications, including any applicable small business certifications. For further inquiries, potential respondents can contact Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    CGC VENTUROUS DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the USCGC Venturous (WMEC-625) during fiscal year 2025. The scope of work includes cleaning, inspecting, and overhauling various systems such as fuel tanks, ventilation ducts, and mooring equipment, encompassing 31 distinct work items at the cutter's home port in St. Petersburg, Florida. This opportunity is crucial for maintaining the operational readiness of the vessel, and the anticipated performance period is from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, including business size classification under NAICS code 336611 and past performance data, to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil, as the government will use the responses for market research ahead of potential solicitations.
    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’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    DRY DOCK (DD): USCGC JOSEPH NAPIER 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 dock repairs of the USCGC Joseph Napier (WPC 1115) for fiscal year 2025. The project involves inspecting and preserving hull plating, maintaining various systems such as propulsion and HVAC, and conducting thorough inspections of structural and mechanical components, with repairs anticipated to commence on May 27, 2025, and conclude by September 23, 2025, over a span of 119 calendar days. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must submit documentation verifying their qualifications, including business size under NAICS code 336611 and past performance on similar contracts, to Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil by the specified deadlines, as this notice serves as a market research tool rather than a formal solicitation.
    Sources Sought USNS ARTIC
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking expressions of interest from eligible businesses for a Regular Overhaul Dry Docking (ROH/DD) of the USNS ARTIC (T-AOE 8), scheduled to begin around May 21, 2025, for a duration of 90 days. Contractors must have facilities located along the East Coast or Gulf and will be responsible for various tasks, including general services for the ship, tank testing, equipment maintenance, and dry docking procedures. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested parties should submit a capabilities statement by October 18, 2024, and can find further details in the forthcoming solicitation expected to be issued around November 4, 2024, on sam.gov. For inquiries, contact Haley Rolince at haley.a.rolince.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    CPP Blade Set and Propeller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to award a Firm-Fixed-Price Blanket Order Agreement for the procurement of a CPP Blade Set and Propeller from Rolls-Royce Marine North America. The order will include specific components for the LPD-17 class vessels, including a Port Blade Set, Port Hub, and two OD Boxes. These components are critical for the propulsion systems of naval vessels, ensuring operational readiness and efficiency. Interested parties may express their interest and capabilities to the primary contact, Karen G. Johnson, at karen.g.johnson17.civ@us.navy.mil, as the government will consider all information received prior to the closing date of this notice.
    Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II), which involves the design and construction of up to six boats capable of operating in challenging maritime conditions. These vessels will support critical missions such as Search and Rescue (SAR), Marine Safety, and Law Enforcement, particularly in the Pacific Northwest, where they must endure severe weather conditions. The contract will be awarded as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a three-year base ordering period and an optional four-year extension, and proposals are expected to be evaluated based on technical merit, past performance, and pricing. Interested contractors should prepare for the Request for Proposal (RFP) release anticipated in late November 2024 and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.
    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.