Preserve Davits, Shawk Box Electric Hoists and Capstan Parts, USCG Cutter OBION
ID: 70Z029QNEWO5028Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Electroplating, Plating, Polishing, Anodizing, and Coloring (332813)

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 qualified contractors to preserve davits, Shaw Box electric hoists, and capstan parts for the USCG Cutter OBION at their facility in St. Louis, Missouri. The project involves media blasting and painting of these components, with strict adherence to surface preparation and environmental compliance standards, and is scheduled to commence on February 10, 2025, and conclude by February 27, 2025. This procurement is critical for maintaining the operational integrity and safety of Coast Guard vessels, ensuring that essential marine equipment is preserved to meet stringent quality and performance standards. Interested small businesses must contact Robert Henson II or James Tepen for further details, and proposals must comply with federal acquisition regulations, including wage determinations and safety protocols.

    Files
    Title
    Posted
    The document outlines the Federal Acquisition Regulation (FAR) provisions for instructions to offerors regarding commercial products and services. It covers several essential areas, including the submission of offers, small business size standards, evaluation criteria, and representations and certifications needed for federal contracts. Offerors must submit their proposals by a specified time, include various required information, and maintain compliance with regulations. Key evaluation factors include price, technical capability, past performance, and delivery time. The document also details requirements related to unique entity identifiers, debarment status, compliance with labor laws, and certifications on certain business operations. It emphasizes the government's flexibility in award decisions while highlighting the importance of transparency and accountability from offerors. Overall, this serves as a comprehensive guide for businesses seeking to participate in federal contracting opportunities and ensures adherence to essential regulations and standards.
    The document outlines the Scope of Work for a contractor tasked with preserving two boat boom davits, two Shaw Box electric hoists, and several capstan parts for the Coast Guard. The work involves media blasting and painting these components at the contractor’s facility in St. Louis, MO, with specific requirements for surface preparation, painting systems, and environmental compliance. The contractor must transport the items to and from the Coast Guard facility, ensuring proper handling to safeguard the new coating. The project manager, Mr. James Tepen, oversees the operations, with work designated to commence on February 10, 2025, and conclude by February 27, 2025. The document also details applicable standards, inspection protocols, and safety regulations to ensure quality assurance and environmental protection throughout the project, which is grounded in federal compliance and procurement standards. Overall, the scope emphasizes stricter adherence to specifications while managing the logistics and quality of preservation work on Coast Guard equipment.
    The document outlines a government solicitation for a contract aimed at maintaining and refurbishing various marine equipment, specifically Spuds and Shaw Box Electric Hoists, at the United States Coast Guard (USCG) facility in St. Louis, Missouri. The requirement includes tasks such as blasting and painting multiple equipment components and conducting the work at the contractor’s facility. Key details include the contract’s effective period from February 10, 2025, to February 27, 2025, and it will be executed on a firm fixed-price basis. The solicitation is open to women-owned small businesses (WOSB) and emphasizes a thorough verification and inspection process by USCG personnel. The evaluation of offers will be based on the lowest price, highlighting the procurement's competitive nature. Interested vendors must ensure they are registered with SAM.gov and have a current Unique Entity Identifier (UEI). Overall, the document serves as a formal request for bids to secure specialized services, adhering to relevant federal acquisition regulations and quality standards.
    The SFLC Standard Specification 5000 outlines the procedures for inspecting, repairing, and testing auxiliary machinery systems on Coast Guard vessels. It specifies terms, general requirements, and detailed task types that contractors must follow when conducting assessments of machinery systems, including hydraulic systems and various deck machinery. Key inspection and testing mandates include operational checks, disassembly and cleaning protocols, mandatory renewals of components, and strict adherence to cleanliness standards for hydraulic systems. The document also emphasizes the importance of conducting tests after repairs or renewals, maintaining system cleanliness, and documenting all activities for compliance. Contractors are instructed to sequence tasks logically, protect sensitive surfaces, and ensure proper disposal of hazardous materials. Testing ensures operational efficiency under load, with detailed descriptions provided for various machinery types, including winches, cranes, and davits. The specification ensures that repairs adhere to recognized standards, incorporating guidelines from various references such as ASTM and ISO to uphold high operational safety and functionality of Coast Guard assets. Compliance with these specifications is crucial for maintaining the integrity and safety of auxiliary systems aboard Coast Guard vessels and aligns with federal requirements for quality and performance in government contracts.
    The SFLC Standard Specification 6310 outlines requirements for the preservation of Coast Guard ship structures, focusing on surface preparation and coating application. It includes guidance on authorized coating systems for both exterior and interior surfaces through various appendices. Key definitions, such as "critical-coated surfaces," "partial preservation," and "touch-up," establish criteria for the work required. The document emphasizes compliance with material specifications, safety measures, and environmental conditions throughout the preservation process. Additionally, it details procedures for documentation, inspection, cleaning, and preparation to ensure quality and safety standards are met. The overarching aim is to maintain the integrity and functionality of the vessels while adhering to strict guidelines set forth by the Coast Guard. This specification serves as integral guidance for contractors involved in the surface preservation of Coast Guard maritime equipment, reinforcing the importance of quality control and adherence to safety protocols in government RFPs and grants related to maintenance and preservation projects.
    The SFLC Standard Specification 0000 outlines the general requirements for ship repair availabilities for Coast Guard vessels. It encompasses administrative protocols, environmental protections, safety measures, inspections, and quality control for contractors involved in such projects. The document offers detailed definitions, including terms related to environmental hazards, contractor responsibilities, and specific terminology relevant to ship repair. It emphasizes adherence to industry standards and federal regulations, establishing a hierarchy for compliance in case of conflicting directives. Additionally, it specifies the necessity for a Severe Weather Plan, quality control programs, and the arrangement for sanitary facilities for personnel, highlighting safety and cleanliness. The Contractor is responsible for providing necessary materials and services, ensuring the protection of the vessel and its components, and maintaining compliance with all safety regulations. Moreover, it outlines the inspection protocols, documentation requirements, and obligations for addressing interferences, thus ensuring a comprehensive approach to the repair and maintenance of Coast Guard vessels. Overall, this specification ensures safety, efficiency, and adherence to regulatory standards in ship repair efforts.
    The SFLC Standard Specification 0740 outlines the general requirements for welding, fabrication, brazing, inspection, and related processes specifically for Coast Guard vessels. It encompasses certifications for welders, procedures, and compliance with relevant codes, including American Welding Society (AWS) and military standards. Key components include a rigorous selection of codes for welding procedures, documentation of qualifications, and required nondestructive examinations (NDE) to ensure integrity and safety of welds. The specification details the responsibilities of contractors, including the maintenance of welder certifications, the handling of critical welds, and the adherence to procedural guidelines for structures, piping, and pressure vessels. It emphasizes precautionary measures to protect against stray currents during welding, specific requirements for the preparation and inspection of welds, as well as testing methodologies for both materials and structural boundaries, such as hydrostatic tests. Overall, this specification serves as a comprehensive framework to ensure that Coast Guard construction and repair processes meet stringent safety, quality, and performance standards while aligning with federal requirements for public safety and operational effectiveness.
    The document presents the Wage Determination No. 2015-5075 from the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage requirements for federal contracts, specifying that contracts awarded after January 30, 2022, mandate a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a $13.30 per hour standard, unless higher rates are specified. The determination applies to specified counties in Illinois and Missouri and lists various occupations along with corresponding wage rates and required fringe benefits, including health and welfare contributions. Additionally, the document discusses paid sick leave entitlements under Executive Order 13706, vacation, and holiday pay requirements, as well as conformance procedures for any unlisted job classifications. Overall, it serves to ensure fair compensation for workers performing contract services, adhering to labor standards mandated by executive orders, enhancing worker protections, and promoting compliance within federal contracting practices.
    Lifecycle
    Similar Opportunities
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    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.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    UW Hull Cleaning & Inspect
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide underwater hull cleaning and inspection services for the Coast Guard Cutters Mustang, Naushon, and Liberty, with work to be performed at the USCG Base in Ketchikan, Alaska. The procurement includes a comprehensive scope of work that entails pre-clean inspections, hull cleaning of various underwater components, and post-clean inspections with detailed reporting, all adhering to established Coast Guard regulations and standards. These services are crucial for maintaining the operational readiness of the vessels, ensuring they meet safety and performance standards. Interested contractors should contact Joshua Miller at JOSHUA.N.MILLER@USCG.MIL or call 757-628-4801, with the work expected to be completed by May 5, 2025, under a Total Small Business Set-Aside designation.
    Clean, Flush and Inspect USCG Cutter SANGAMON Sewage and Gray Water Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to clean, flush, and inspect the sewage and gray water systems aboard the USCG Cutter SANGAMON. The project, scheduled from January 21 to March 29, 2025, requires the contractor to remove all tank contents, conduct thorough cleaning, and inspect the tank's interior using a drain inspection camera, all while ensuring compliance with environmental regulations and safety standards. This initiative is crucial for maintaining operational integrity and environmental safety within the Coast Guard fleet. Interested vendors, particularly Women-Owned Small Businesses, must submit their offers by 2:00 PM CST on February 18, 2025, to the USCGC Sangamon Mooring Facility in East Peoria, IL, and should contact Robert Henson II or James Tepen for further details.
    Dock-Side (DS): USCGC MIDGETT DS Fiscal Year 2025
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC MIDGETT, scheduled for Fiscal Year 2025. The procurement aims to gather information from interested companies regarding their capabilities, qualifications, and availability to perform maintenance work between August 8, 2025, and October 31, 2025, with a potential contract award date of July 7, 2025. This maintenance is crucial for ensuring the operational readiness and safety of the vessel, which plays a vital role in maritime security. Interested parties should contact Kyra May at Kyra.L.May@uscg.mil or call 571-614-5734 to express their interest and submit the required information by the specified deadlines.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    USCGC WAESCHE DUAL POINT DAVIT MODIFY NOTICE OF INTENT TO AWARD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for modifications to the USCGC WAESCHE's Dual Point Davit, with work scheduled to take place at the U.S. Coast Guard Base in Alameda, California, from March 10, 2025, to May 28, 2025. The contract encompasses critical tasks such as enhancing the davit for Split/Individual Constant Tension capability, installing a machinery space camera system, and performing biennial maintenance, all while adhering to stringent standards set by the Surface Forces Logistics Center. These modifications are vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors should contact Kyler Fisk at KYLER.C.FISK@USCG.MIL or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further details and to discuss compliance with the outlined requirements.