This government Request for Quote (RFQ) 70Z08525QIBCT0024, issued by the Commander, USCG-SFLC-CPD 2, seeks proposals from Women-Owned Small Businesses (WOSB) for ship repair and building services. The solicitation, identified under NAICS Code 336611, Ship Building and Repairing, outlines a firm-fixed-price definitive contract for the USCGC KENNEBEC DD FY26 Drydock Repairs, with an anticipated award date around December 20, 2025, and a performance period from January 6, 2026, to March 16, 2026. Proposals are due by December 1, 2025. Key requirements for contractors include submitting a price quote, technical capability details (including subcontractor lists, skilled trade qualifications, and dry-dock certifications), and past performance information. Evaluation criteria prioritize technical capability and past performance as significantly more important than price. The RFQ also includes specific clauses regarding prohibitions on contracting with Kaspersky Lab and certain telecommunications/video surveillance services, as well as guidelines for electronic invoice submission and pre-award surveys.
This government Request for Quote (RFQ) outlines the requirements for Women-Owned Small Businesses (WOSB) to bid on a firm-fixed-price definitive contract for ship repair and alteration services for the USCGC KENNEBEC. The solicitation emphasizes submitting complete offers, including best pricing and required certifications, by November 20, 2025. Key evaluation factors are Technical Capability, Past Performance, and Price, with the first two being significantly more important. Technical compliance requires detailed submissions on subcontractors, skilled trades qualifications, and dry-dock certifications. Past performance will be assessed based on relevant contracts within the last three years, focusing on quality, schedule, and management. Price evaluation will consider foreseeable costs, including transit, family separation allowance, and travel expenses. The document also includes clauses on prohibited telecommunications equipment (Kaspersky Lab and Chinese-made equipment) and whistleblower rights.
The document, 70Z08525QIBCT0024 - CGC KENNEBEC DD FY26 Questions and Answers, addresses various technical clarifications and revisions for a government Request for Proposal (RFP) related to the drydocking and maintenance of the Coast Guard Cutter KENNEBEC. The primary purpose is to provide detailed responses to contractor questions regarding work item specifications, missing information, drawing discrepancies, and the intent of certain repairs and preservation methods. Key issues addressed include the addition of missing work items (WI 28), clarification on cofferdam requirements, dimensions for shrink-wrap items (WI 60, WI 61), confirmation of optional vs. definite work items, details on piping renewals (WI 64, WI 67), and adjustments to fuel removal quantities (WI 14, WI 48). The document also clarifies discrepancies in specification revisions, corrects references for propeller types (WI 27, WI 39), and resolves ambiguities in preservation methods for tanks (WI 24, WI 25) and rudder components (WI 27, WI 28, WI 29, WI 30, WI 31). The government frequently refers to
The document outlines a comprehensive pricing schedule for the USCGC KENNEBEC (WLIC-160B) Drydock Availability in FY2026. It details numerous definite and optional maintenance, inspection, preservation, and repair tasks for the vessel, categorized by item numbers (D-001 to D-069 and O-00A to O-050). Key areas of work include hull plating inspection and preservation, propulsion shafting overhaul and alignment, propeller maintenance, tank cleaning and preservation, rudder assembly repair, and general vessel upkeep like deck preservation and cathodic protection. The schedule also covers essential services such as drydocking, temporary services, messing, berthing, and sea trial support. Financial details include a composite labor rate, assumed G&A, and profit factors, along with a breakdown of labor hours by trade and material/subcontractor costs. The document lists various labor rates across different US cities, reflecting potential geographic variations in project costs.
The document outlines the drydock repair specifications for the USCGC KENNEBEC (WLIC 802) for FY2026, detailing 69 work items covering hull, propulsion, rudder, tank, and deck maintenance. Key repairs include ultrasonic testing and preservation of hull plating, overhaul of propulsion shaft seals and bearings, inspection and repair of propellers and rudder assemblies, and cleaning and preservation of various tanks and voids. The project emphasizes adherence to Coast Guard Standard Specifications for general requirements, fire prevention, welding, preservation, and environmental protection. It also lists government-furnished property and critical inspection items, highlighting the comprehensive nature of the drydock availability to ensure the vessel's operational readiness and safety.
The USCGC KENNEBEC (WLIC 802) Drydock Repairs for FY2026 outlines a comprehensive maintenance and repair project for the vessel. The specification details 69 work items, focusing on hull preservation, propulsion system overhaul, tank cleaning and preservation, rudder assembly repairs, and various other structural and mechanical refurbishments. Key aspects include extensive ultrasonic testing and preservation of hull plating, inspection and renewal of propulsion shaft components, cleaning and preserving fuel, water, and ballast tanks, and overhauling rudder and spud assemblies. The document also emphasizes stringent general requirements for fire prevention, environmental protection, welding, and quality assurance, including detailed inspection forms and adherence to Coast Guard and other industry standards. Government-furnished property and critical inspection items are listed, ensuring compliance and operational readiness post-drydocking.
The USCGC KENNEBEC (WLIC 802) Drydock Repairs for FY2026 outlines a comprehensive maintenance and repair project for the Coast Guard vessel. The document details 68 distinct work items covering hull plating inspection and preservation, underwater body maintenance, tank cleaning and inspection (fuel, potable water, ballast, sewage), propulsion system overhaul (shafting, seals, bearings, propellers), rudder assembly removal, inspection, and reinstallation, and various other structural and system repairs. Key aspects include ultrasonic testing of hull plating, extensive preservation of underwater body and freeboard, overhaul of propulsion shaft seals, removal and inspection of propulsion shafting, and maintenance of rudders and propellers. The specification also addresses general requirements such as fire prevention, environmental protection, welding standards, and the provision of temporary services during the drydock period. Critical inspection items are highlighted, and a list of government-furnished property is provided. The project emphasizes adherence to Coast Guard Standard Specifications and various industry standards for quality control, safety, and environmental compliance.
The "PAST PERFORMANCE INFORMATION FORM" is a standardized document used in government contracting, likely within RFPs or grant applications, to assess an offeror's prior work. This form requires detailed information about past contracts, including the name of the offeror, contract number, customer reference (name, address, point of contact, and verified telephone/email), total dollar value of the effort (including growth work and definite/option items, shown by fiscal or calendar year), and the period of performance with any time extensions. It also mandates a detailed description of the work performed to demonstrate its relevance to the current solicitation and information regarding any subcontractors utilized, including their scope of work and annual dollar value of subcontracts. This form is crucial for evaluating an applicant's experience and capability.
This document, Attachment 4, outlines the process for Offerors to submit questions regarding Solicitation 70Z085-25-Q-IBCT-0023 for the USCGC KENNEBEC (WLIC 160). Questions must be submitted in writing using the "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 Ou.T.Saephanh@uscg.mil and Sandra.A.Martinez@uscg.mil. The deadline for submitting questions is November 15, 2025, at 8 AM PST.
The United States Coast Guard (USCG) established the Ombudsman Program for Agency Protests (OPAP) to resolve procurement disputes fairly and efficiently, without costly litigation. This program serves as an Alternative Dispute Resolution (ADR) forum, encouraging interested parties to seek resolution within the USCG rather than through external bodies like the Government Accountability Office (GAO). Parties can pursue informal resolution with the Contracting Officer or Ombudsman, or file a formal agency protest. Informal discussions do not suspend contract award or performance and do not extend protest filing deadlines. Formal protests, which require prior efforts to resolve issues with the Contracting Officer, can be filed with either the Contracting Officer or the Ombudsman. Formal protests typically suspend contract award or performance unless there are urgent reasons to proceed. The USCG aims to resolve formal protests within 35 calendar days. Protests must include information specified in FAR 33.103 and be filed within the period outlined in FAR 33.103(e). Contact information for the OPAP is provided, along with an alternative point of contact.
Standard Form 30 (SF30) is used to amend solicitations or modify contracts, as part of federal government RFPs, federal grants, and state/local RFPs. This document outlines the procedures for acknowledging amendments, detailing methods such as completing specific items on the form, acknowledging receipt on each offer copy, or through separate written communication. It emphasizes that failure to acknowledge amendments by the specified deadline may result in the rejection of an offer. The form also covers the process for changing an already submitted offer due to an amendment. Key instructions for completing the form include details on contract ID codes, effective dates, issuing and administering offices, contractor information, and accounting data. It also specifies how to describe amendments or modifications and whether contractor signatures are required. The current modification specifically uploads "Attachment 2 - USCGC KENNEBEC DD FY26 - SPECIFICATION - Revised."
This government file outlines the procedures for amending solicitations and modifying contracts using Standard Form 30 (SF 30). It details how offers must acknowledge amendments, either by completing specific items on the form, acknowledging receipt on each offer copy, or through separate written communication. Failure to acknowledge amendments may lead to offer rejection. The document specifies instructions for various fields on the SF 30, including contract ID codes, effective dates for different modification types, issuing and contractor information, and accounting data. It also explains how to describe amendments or modifications within Item 14, emphasizing the need to organize changes under Uniform Contract Format (UCF) headings and indicate the financial impact. The file includes a specific amendment (A00002) for solicitation 70Z08525QIBCT0024A00002, which extends the closing date to December 1, 2025, posts answers to clarifications, provides final specifications, and sets a closing date for Requests for Clarification (RFC) on November 14, 2025. This document serves as a guide for ensuring proper communication and documentation throughout the government contracting process.