The USCGC AXE (WLIC-75D) DRYDOCK AVAILABILITY FY2025 government estimate outlines a comprehensive drydocking and maintenance project for both the cutter (Tender) and an accompanying barge. Key tasks include extensive hull inspections, ultrasonic testing, and preservation of both the underwater body and freeboard. Propulsion shafting, seals, and bearings will undergo removal, inspection, and reinstallation, with specific attention to overhaul and renewal of components. Other critical items involve inspecting and maintaining propellers, keel coolers, and fathometer transducers. The project also details general maintenance on rudder assemblies, preservation of various tanks (potable water and sewage holding), and renewal of cathodic protection zinc anodes. Structural repairs, such as deck repairs, system piping renewal, and insulation replacement, are also specified. Additionally, the estimate covers temporary services, sea trial support, and specific repairs for barge components like spud wells and cargo hatch dog lugs, ensuring a thorough overhaul and modernization of both vessels.
This document outlines the specifications for drydock repairs and maintenance for the USCGC AXE (WLIC 75310) tender and the USCG 68B BARGE (68020) for Fiscal Year 2025. The scope of work includes extensive inspections, repairs, and preservation tasks for various hull components, propulsion systems, rudders, tanks, and decks for both vessels. Key work items involve hull plating inspections and renewal, propulsion shaft removal and reinstallation, propeller maintenance, rudder assembly overhaul, tank preservation, and exterior deck preservation. The document also details general requirements, a consolidated list of references, government-furnished property, critical inspection items, and principal characteristics of both the tender and the barge. Emphasis is placed on fire prevention requirements, with detailed guidelines for developing a fire plan, appointing a Fire Prevention Responsible Party, and adhering to strict safety and environmental protection protocols during the availability. Quality assurance inspection forms for preservation tasks are also included.
The "PAST PERFORMANCE INFORMATION FORM" is a one-page attachment designed for offerors to provide detailed past performance data. This form requires specific information including the offeror's name, contract or order identifier, customer name and location, customer point of contact with verified telephone and email, total dollar value of the effort (including growth and options), and the period of performance. Offerors must provide a detailed description of the work performed to demonstrate its relevance to the current solicitation's scope. Additionally, the form requests information on any subcontractors utilized, including a description of their work extent and annual dollar value of subcontracts. This document is crucial for evaluating an offeror's experience and capability in government contracting, federal grants, and state/local RFPs.
Attachment 4 outlines the process for Offerors to submit questions regarding a solicitation, specifically RFQ Number 70Z08525QIBCT0017, for the USCGC AXE (WLIC-75D). Questions must be submitted in writing using the provided “Request for Clarification” form, with one question per form, including the offeror’s firm name and submittal date. Submissions are to be sent via email only to Catherine.K.Chan@uscg.mil and Sandra.A.Martinez@uscg.mil. The deadline for submitting questions is October 14, 2025, at 11:00 AM PDT. This document is crucial for ensuring clarity and addressing offeror inquiries during the bidding process for federal government RFPs.
The United States Coast Guard (USCG) has established the Ombudsman Program for Agency Protests (OPAP) to fairly and efficiently resolve agency protest issues without litigation. Interested parties are encouraged to first address concerns with the Contracting Officer. If unresolved, they can contact the USCG Ombudsman informally or file a formal agency protest. An informal process does not suspend contract award or performance, nor does it alter protest filing deadlines. A formal protest, filed with either the Contracting Officer or the Ombudsman, may suspend contract award or performance unless urgent reasons or government interest dictate otherwise. The USCG aims to resolve formal protests within 35 calendar days. Protests must include information outlined in FAR 33.103, and timely submission is crucial. More information is available online, with alternative contact details provided.
This document is an amendment to Solicitation Number 70Z08525QIBCT0017, dated September 26, 2025, for the USCGC AXE DD FY26 project. The primary purpose of this modification is to adjust the correct labor hours for the SoSS to 740. The amendment specifies methods for offerors to acknowledge its receipt, including completing items 8 and 15, acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to the rejection of offers. If an offer already submitted needs to be changed due to this amendment, it must be done via letter or electronic communication, received before the opening hour and date. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. The document also includes standard fields for contract ID, amendment/modification number, effective date, and administering office details.
This Request for Quotation (RFQ) 70Z08525QIBCT0017 is a combined synopsis/solicitation for commercial services to perform various Dry Dock Repairs on the USCGC AXE (WLIC-75D), a 75-foot inland construction tender homeported in Morgan City, LA. The solicitation is a total small business set-aside, seeking a firm-fixed-price contract. The performance period is December 2, 2025, to February 9, 2026 (69 days), at the contractor's facility. Key dates include October 14, 2025, for questions and drawing requests, and October 23, 2025, for quotation submission, both by 11:00 AM (PST). The anticipated award date is November 3, 2025. Technical, past performance, and price will be evaluated, with technical and past performance being more important than price. The contractor must provide various certifications (dry dock, welding), proof of insurance, and a list of subcontractors. Foreseeable costs related to shipyard location, such as transit, family separation allowance, and travel/per diem for personnel, will be considered in the price evaluation.