Dockside Repairs of CGC WAESCHE (WMSL 751)
ID: 70Z08525RFLREP0014Type: 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

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

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 dockside repairs of the Coast Guard Cutter WAESCHE (WMSL 751). The procurement involves comprehensive maintenance and repair services, including cleaning, inspecting, and preserving various systems and structures aboard the vessel, with work scheduled to take place from October 20, 2025, to January 11, 2026, at its homeport in Alameda, California. This contract is critical for maintaining the operational readiness and safety of the cutter, ensuring compliance with federal regulations and standards. Interested contractors must submit their proposals by July 10, 2025, and can direct inquiries to Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or Robin B. Kloeppel at Robin.B.Kloeppel@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document comprises amendments and requests for clarification related to the Request for Proposal (RFP) No. 70Z08525RLREP0014 for the maintenance of the USCGC Waesche (751). It clarifies specific requirements and tasks for the contractors, ensuring compliance with technical standards for the ship's upkeep. This includes directives on taking pit measurements, handling air conditioning condenser renewals, and requirements for surface preparation during repairs. Three separate requests for clarification point out the need for accurate terminology and adjustments in maintenance procedures, such as identifying necessary repairs not captured in previous testing and recommending partial preservation over complete abrasive blasting to prevent damaging sensitive areas. The document emphasizes the importance of visual inspections and accurate reporting to guide effective maintenance practices. Overall, these clarifications aim to refine the RFP by ensuring that contractors properly understand and can execute the necessary work while adhering to safety and technical standards. The responses also reaffirm the government's commitment to ensuring clear communication with contractors for effective service delivery.
    The document is an amendment to Solicitation #70Z08525RLREP0014 for Dockside Repairs of the CGC WAESCHE, issued by the US Coast Guard. It extends the proposal submission deadline to July 10, 2025, at 10:00 AM PST, and requires proposals to be sent via email to specified contacts. It also provides responses to several questions regarding critical inspection items and corrects discrepancies in previous specifications. Key amendments include updated lists of critical inspection items and clarification on the absence of existing quality assurance documents related to certain work items. Additionally, it explains the Best Value Trade-Off (BVTO) selection process, emphasizing that technical capability and past performance are prioritized over price in evaluating proposals. The amendment ensures that all terms and conditions of the original solicitation remain unchanged except where noted. Overall, this amendment seeks to clarify procedural aspects and requirements for bidders, illustrating the government's approach to ensuring technical and performance-related considerations in its procurement process. The comprehensive responses provided aim to facilitate better understanding and compliance among potential contractors.
    The document is a Request for Proposal (RFP) from the federal government regarding dockside repairs of the Coast Guard Cutter (CGC) WAESCHE. It outlines the pricing schedule for definite and optional work items that the government aims to procure. The definite items include cleaning, inspecting, and repairing various equipment, such as tanks, turbines, and HVAC systems. Each item is evaluated based on the proposed price, including a total for all definite items and a section for optional items that may be activated based on inspection reports or available funding. Additionally, the RFP specifies a Composite Labor Hour Rate for contract changes, incorporating mark-ups for materials and subcontractors, which will be applied uniformly to all additional work requests. The overall document emphasizes a structured approach to procurement, ensuring clarity in pricing and contract administration for necessary repairs to the vessel, illustrating the government's methodical process in managing budgets and contractual obligations. This RFP serves to solicit competitive proposals from contractors to fulfill these repair requirements effectively.
    The document outlines the Request for Proposal (RFP) for dockside repairs of the Coast Guard Cutter (CGC) WAESCHE, designated as Solicitation No. 70Z08525RLREP0014. The contract is set for performance during October 20, 2025, to January 11, 2026, at the vessel's homeport in Alameda, CA, and is exclusively open to small businesses. Key clauses and provisions from the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) are incorporated, detailing directives on contract terms, time of performance, inspections, and compliance with hazardous material regulations. The contractor must acquire requisite licenses for hazardous substance removal and submit a management plan for hazardous wastes. A focus is placed on the management of volatile organic compounds (VOCs) and requirements for contractor access to CGC WAESCHE and the USCG Base. The document also emphasizes the contractor's obligations regarding government property management, security protocols for personnel access, and adherence to contract modifications. Furthermore, provisions for contractor performance evaluations, invoicing procedures, and requirements for additional work are specified, underscoring the government’s commitment to ensuring safe and compliant repairs for the CGC WAESCHE. The comprehensive guidance reduces risk and enhances operational readiness of the cutter.
    The document outlines the Request for Proposal (RFP) for dockside repairs of the Coast Guard Cutter (CGC) Waesche (WMSL 751), specifically focusing on the process for submitting questions regarding the solicitation. Offerors wishing to seek clarifications on the RFP must submit their queries in writing on a specified "Request for Clarification" form, ensuring only one question is posed per form. This process is structured to manage the inquiry efficiently, with all questions due by June 30, 2025, at 1:00 PM Pacific Time, to a designated email address. This RFP is part of the federal acquisition process aimed at engaging contractors for specific services needed for military vessel maintenance, illustrating the government's procedural expectations for potential offerors and the formalities involved in federal procurement. The document emphasizes the importance of adhering to set timelines and protocols for inquiries, contributing to clarity and organization in the bidding process.
    The Past Performance Information Form is a key component of the solicitation process for federal grants and contracts, specifically referenced in Solicitation No. 70Z08525RLREP0014. This form is designed for offerors to detail their past performance on similar contracts, which is crucial for evaluating their suitability for new opportunities. It requires information such as the offeror's name, contract identifiers, customer details, total project value, performance period, work descriptions relevant to the current solicitation, and information about any subcontractors involved. The structured request ensures comprehensive insights into an offeror's capabilities and experience, which is vital for informed decision-making in the selection process. By providing a standardized format for past performance data, the form helps ensure consistency and fairness in evaluating submissions within the framework of federal procurement processes.
    The Government Property Report outlines the responsibilities of contractors regarding the management of government property during contract performance. Contractors are required to document various details of the property they receive, including type, value, and dates related to receipt and installation. The report includes sections for noting the current location and disposal instructions for the property, categorized as serviceable, salvage, or scrap. The contractor must certify that all property has been accounted for, whether consumed or disposed of as instructed. The report must accompany the contractor’s final invoice. This document is a key component of solicitation No. 70Z08525RLREP0014, ensuring compliance with federal standards in property management during contract execution, thereby facilitating proper accountability and oversight.
    The Department of Homeland Security's Non-Disclosure Agreement (NDA) establishes protocols for accessing and handling Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive but Unclassified (SBU) information. Signers of the NDA must acknowledge their understanding of relevant laws, including the Critical Infrastructure Information Act of 2002 and regulatory guidelines for each category of sensitive information. They are required to handle, safeguard, and not disclose this information without authorization, with consequences for violations potentially leading to loss of access or legal action. The agreement emphasizes responsibilities surrounding the protection of sensitive data, including returning materials when duties conclude and reporting any security violations. The NDA is designed to ensure compliance and safeguard national and individual privacy interests, stressing the importance of governmental trust in managing sensitive information. Its enforceability extends beyond the signing individual to the benefit of the U.S. Government and involved agencies, incorporating obligations under various federal laws and executive orders.
    The United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP) aims to facilitate a fair and expeditious resolution of procurement protests. The program encourages interested parties to first address concerns informally with the Contracting Officer. If unresolved, a formal agency protest can be filed with either the Contracting Officer or directly with the Ombudsman, who serves as an independent review authority. During the protest period, contract performance may be suspended unless urgent reasons justify proceeding. Agencies aspire to resolve protests within 35 calendar days, provided protesters include necessary information as outlined in the Federal Acquisition Regulation (FAR). Importantly, parties must agree not to submit simultaneous external protests to ensure adherence to agency processes. This document provides a structured approach for handling procurement disputes within the USCG, emphasizing the importance of Alternative Dispute Resolution while keeping formal protest options available.
    The specification for dockside repairs of the USCGC Waesche (WMSL 751) outlines the tasks required for maintenance and inspection during the fiscal year 2026. It details general requirements, work items, and critical inspection items necessary for the upkeep of the vessel. The document includes specific tasks such as cleaning and inspecting fuel service tanks and sewage holding tanks, replacing valves, and preserving deck surfaces. Contractors are required to follow provided standards for cleaning, inspection, and reporting, as well as utilize government-furnished property for certain repairs. There are clear environmental protection and safety measures in place that comply with federal, state, and local regulations, ensuring that contractors manage hazardous materials responsibly. The emphasis on detailed inspections, documentation, and adherence to safety and preservation protocols reflects the commitment to maintaining the operational readiness of the Coast Guard vessel. This specification serves as a comprehensive framework for contractors bidding on the repair work, facilitating transparency and accountability in fulfilling the Coast Guard's maintenance needs.
    The document outlines the specifications for dockside repairs of the USCGC Waesche (WMSL 751) for fiscal year 2026. It includes detailed work items, such as cleaning, inspecting, and preserving various tanks, systems, and structures aboard the vessel. Each work item is meticulously enumerated alongside reference drawings and specifications, emphasizing the importance of compliance with the Coast Guard’s safety, quality, and environmental standards. Key work items include the cleaning and inspection of tanks (fuel and sewage), preservation tasks, and modifications to machinery systems. The document highlights critical inspection requirements, the necessity for government-furnished property, and outlines meticulous processes for waste disposal. Each element is supported by regulatory references and establishes the need for contractor compliance with established Coast Guard guidelines, reflecting a commitment to maintaining vessel readiness and safety. The intent is to ensure contractors understand the detailed requirements and adhere strictly to operational procedures while performing essential repairs and maintenance tasks on the vessel, underscoring the document's role in facilitating government asset management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    USCGC Kathleen Moore DS FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.