USCGC STRATTON & USCGC MUNRO Crane Services
ID: 52800PR250008301Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

LEASE OR RENTAL OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (W036)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide crane services for the USCGC Stratton and USCGC Munro at USCG Base Alameda, California. The project requires one day of crane support for each vessel to facilitate the lifting of equipment, adhering to specific weight limits and operational parameters, while ensuring compliance with OSHA regulations. This procurement is critical for maintaining the operational readiness of the Coast Guard's vessels, with proposals due by February 27, 2025, and inquiries accepted until February 26, 2025. Interested vendors should contact Brianna Riffle at Brianna.Riffle@uscg.mil or Mark Rushing at Mark.A.Rushing@USCG.mil for further details.

    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) for crane services to facilitate the installation and removal of equipment on the USCGC Stratton and USCGC Munro at USCG Base Alameda, CA. The project involves one day of crane support for each ship, tasked with lifting equipment to and from the pier. Key operational parameters include weight limits of 2000 lbs per lift and specified height and reach dimensions. Both ships have unique lift tasks and obstacles, such as mast structures, that must be navigated. Compliance with OSHA regulations is mandatory. The contractor is responsible for supplying all personnel and equipment needed to complete the job, including a qualified crane operator and rigger. Work will be conducted during scheduled times of 0800 to 1400 PST, with a specific performance period outlined for each ship in early March 2025. The document emphasizes adherence to security protocols for personnel entering government facilities and does not require post-award conferences or progress reports. No government resources will be provided, and the contractor is to handle all associated travel costs within their submitted quote. This initiative reflects the government's operational needs for effective maintenance of its vessels.
    The document outlines the provisions and clauses relevant to a federal solicitation (52800PR250008301). It incorporates various Federal Acquisition Regulation (FAR) provisions by reference, which mandate specific requirements for offerors, including representations regarding unique identifiers, prior contracts, telecommunications equipment, and compliance with federal statutes. Key clauses prohibit contractors from using certain telecommunications or video surveillance equipment from specified foreign companies, ensuring national security. The document also details the reporting requirements for contractors identifying prohibited products during contract performance. Moreover, it includes wage determination for service employees under the Service Contract Labor Standards. Overall, the document provides critical guidance for compliance and regulatory adherence in federal contracting, emphasizing transparency and accountability in procurement processes.
    The file appears to comprise fragmented, possibly corrupted, data containing various sections of text, including indications of public sector operations, potential bids, or proposals related to government requests for proposals (RFPs), grants, or project funding at federal, state, and local levels. While a coherent narrative or structured details are difficult to decipher due to the encoding issues, elements within suggest guidelines for application processes, project compliance, and requirements for assessing bids, expenses, and project scopes. Key themes likely involve federal guidelines on the management of public grants, compliance with local regulations, accessibility for bidders, and emphasis on public safety and health during project execution. The document's main purpose may be linked to providing instructions and criteria for submitting proposals in alignment with regulatory frameworks governing federal and state funding initiatives, thus ensuring quality and accountability in public sector projects. The unsystematic assembly of content indicates the document’s potential significance in conveying intricate application processes, although clarity is hindered. This summary highlights the essence of RFPs and grant-related documents within government operations while acknowledging the limitations in the integrity of the data provided.
    The document outlines the procedures for the electronic submission of payment requests related to FSMS awards, emphasizing the use of the Invoice Processing Platform (IPP). It defines a "payment request" as an invoice or similar request for contract payment, mandating compliance with the Federal Acquisition Regulation (FAR) regarding invoice content. Contractors must primarily use IPP for submissions, with an option for alternate methods authorized by the contracting officer, which requires accompanying documentation. The IPP enrollment process and customer support are directed through specified online resources. This protocol is vital for maintaining consistency and accountability in financial transactions associated with government contracts, catering to federal, state, and local RFP frameworks.
    The US Coast Guard (USCG) has issued Request for Quote (RFQ) # 52800PR250008301 for crane services at USCG Base Alameda, CA. The procurement includes two tasks: crane services for the USCGC Stratton and USCGC Munro, scheduled for March 2025. Interested vendors must submit written proposals by February 27, 2025, include necessary registrations with the System for Award Management (SAM), and ensure compliance with the statement of work requirements. Quotes will be evaluated for completeness, price, and technical acceptability, with the lowest price being prioritized for evaluation. The contract type is Firm Fixed Price, and submission must include costs associated with travel, which will not be reimbursed separately. A site visit is not required for the proposal. All inquiries must be submitted in writing by February 26, 2025, to specified contacts within the USCG. Key documents, including the Statement of Work and relevant provisions, are attached to the solicitation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MIDGETT FOLDING BOOM CRANE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the maintenance of the folding boom crane aboard the USCGC MIDGETT (WMSL 757) in Honolulu, Hawaii. The procurement involves comprehensive vessel repair services, including inspections, maintenance, and testing of craning systems, with work scheduled from April 9 to July 1, 2025. This maintenance is crucial for ensuring the operational readiness of the Coast Guard fleet, as it directly impacts the functionality and safety of essential marine equipment. Interested parties can contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details regarding this total small business set-aside opportunity.
    Block and Crank Machining
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Firm Fixed Price Purchase Order for specialized services related to crankcase and crankshaft maintenance on designated engine components. The procurement aims to ensure the operational readiness of critical engine systems by requiring contractors to provide remanufactured components that meet Original Equipment Manufacturer (OEM) standards, including tasks such as machining cylinder bores and inspecting crankshafts. Interested vendors must possess MTU/Rolls Royce certification and are expected to submit their quotations by March 1, 2025, at 9:00 AM Eastern Time, with services anticipated to commence within 30 days post-award. For further inquiries, vendors can contact Shawn Loving at Shawn.M.Loving@uscg.mil or by phone at 206-820-4631.
    CYLINDER LUFFING OFFSHORE MARINE RATED PEDESTAL CRANE
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is soliciting proposals for the removal of an existing pedestal crane and the installation of a new 50-ton, 120 ft telescopic boom cylinder luffing offshore marine-rated crane on the M/V Barbara Lois, located in Beaumont, Texas. The project requires contractors to provide labor and materials, ensure certified welding, and comply with safety and disposal regulations while upgrading critical marine infrastructure. This initiative reflects the government's commitment to enhancing operational efficiency and safety in its fleet, with quotes due by January 27, 2025, and a site visit encouraged on January 7th and 8th, 2025. Interested contractors should contact Carolyn Quinn at carolyn.quinn@dot.gov for further details and must be registered in the System for Award Management (SAM) at the time of award.
    Strut. Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotes for the procurement of aircraft struts as part of a request for quotes (RFQ). The procurement involves specific requirements, including a total quantity of four struts, with a required delivery date set for March 20, 2025. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors should direct their quotes and inquiries to Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, ensuring compliance with all specifications and shipping terms outlined in the RFQ documentation.
    Open/Inspect/Report/Overhaul/Purchase of Hydraulic Cylinders for USCG
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the open, inspection, reporting, overhaul, and purchase of hydraulic cylinders. This procurement aims to ensure the operational readiness and maintenance of critical equipment used in various maritime operations. The hydraulic cylinders are essential for the functionality of material handling equipment, which plays a vital role in the Coast Guard's mission to safeguard the nation's waterways. Interested parties can reach out to Jeffrey Haycox at jeffrey.d.haycox@uscg.mil or Craig Lilly at Craig.J.Lilly2@uscg.mil for further details, as this presolicitation is part of the NAICS code 811310, with performance expected in Baltimore, Maryland.
    USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor capabilities for the dry-dock repairs of the USCG STA Los Angeles/Long Beach vessel. The procurement aims to identify qualified small businesses that can perform extensive repairs, including inspections and renewals of various systems, under a firm-fixed price contract anticipated to last approximately 90 days. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's fleet, ensuring that vessels are in optimal condition for service. Interested contractors must submit their responses by March 3, 2025, and can direct inquiries to Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil.
    Demolition and Removal of Damaged Pier
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the demolition and removal of a damaged pier at the Coast Guard Base in Galveston, Texas. The project requires contractors to provide all necessary labor, materials, and equipment while adhering to U.S. Coast Guard standards for quality and safety, including compliance with OSHA regulations and proper waste disposal. This procurement is critical for maintaining the operational integrity of Coast Guard facilities and ensuring safety standards are met. Interested parties should contact Melissa Navarro at melissa.n.navarro@uscg.mil or 707-875-3596, or Lynn Charles at lynn.p.charles2@uscg.mil or 504-253-4508 for further details, with a total performance period of 3 calendar days from the notice to proceed.
    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.
    USCGC KIMBALL Dockside FY25 FQ3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside maintenance of the USCGC KIMBALL, scheduled for fiscal year 2025. The procurement aims to solicit bids for shipbuilding and repair services, emphasizing compliance with regulatory standards and best practices in the industry. This opportunity is crucial for maintaining the operational readiness and integrity of the Coast Guard's fleet, ensuring that vessels are equipped to perform their missions effectively. Interested parties should contact William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Richard Rawlings at richard.n.rawlings@uscg.mil or 206-815-2112 for further details regarding the submission process and timelines.
    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.