Dockside (DS): USCGC CALHOUN FY25 Repair
ID: 70Z08525RLREP0011Type: 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 (EAST) (J998)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the FY25 Dockside Repair of the USCGC Calhoun (WMSL 418) in North Charleston, South Carolina. The procurement involves comprehensive maintenance and inspection tasks, including the repair of cargo handling elevators, fire detection systems, and various tanks, with a focus on ensuring operational readiness and compliance with safety standards. This contract is set aside for Historically Underutilized Business (HUBZone) small businesses, reflecting the government's commitment to promoting inclusivity in federal contracting. Interested parties must submit their proposals by May 27, 2025, and can direct inquiries to Kiku Khan at kiku.k.khan@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil for further information.

    Files
    Title
    Posted
    This government document outlines a solicitation for services and repairs to the United States Coast Guard Cutter CALHOUN (WMSL-759) by a Women-Owned Small Business (WOSB). The contract is established as a Firm Fixed Price agreement with a task order structure, allowing for maintenance and support work at the cutter's home port in North Charleston, SC, from its award date through November 25, 2025. Several sections detail requirements for the submission of offers, evaluation factors, contract clauses, and specifications. Key provisions include inspection and acceptance protocols, payment procedures, and insurance requirements, emphasizing the contractor's accountability for the management of government property during repairs. The contractor must ensure compliance with various federal regulations, including those concerning prompt payment and safeguarding contractor information systems. The document reflects the government's initiative to engage small businesses, particularly those owned by women, in federal contracting, thereby promoting inclusivity in public procurement. This solicitation is part of broader efforts to support diverse business participation in government contracts, aiming for economic empowerment and enhanced service delivery.
    This document is an amendment to a federal solicitation regarding a contract that will be awarded specifically to a HUBZone small business. The amendment outlines the procedures for acknowledging receipt, necessary actions for offer changes, and specifies that the solicitation will not be extended. It confirms that the U.S. Coast Guard (USCG) expects to receive offers from multiple HUBZone small businesses based on market research, adhering to the Federal Acquisition Regulations (FAR) regarding HUBZone set-asides. The amendment emphasizes compliance with submission deadlines and acknowledges that contractors are not required to sign the amendment but must confirm receipt through specified methods. The content clarifies procedural changes in a structured manner, reinforcing the importance of following established regulations for government contracting.
    This document outlines an amendment to a government solicitation, requiring contractors to acknowledge the amendment by specific methods prior to a specified deadline. Failure to acknowledge may result in the rejection of offers. The amendment involves the addition of Work Item 16, along with an extension of the offer submission deadline to May 27, 2025. It stipulates that contractors are not required to return signed copies of the document but must follow certain procedures for changes to already submitted offers. Additional details include project and administrative codes, and a specification of attached files, such as statements of supplies and services along with updated specifications. This amendment serves as an official modification to an existing solicitation, maintaining the integrity of the terms and conditions unless stated otherwise, reflecting standard practices within federal procurement processes.
    The document outlines an amendment to a solicitation related to the CALHOUN DS FQ4 FY25 contract, indicating changes in the scope of work. It specifies that offerors must acknowledge receipt of this amendment before the deadline, using various methods such as completing specific items in their offer or via a separate communication referencing the amendment. The proposal provides clear instructions for indicating acceptance or modifications to existing offers and notes the importance of timeliness, as failure to comply may lead to rejection of submissions. This particular amendment modifies the solicitation by descope-ing Work Item 14, without extending the submission deadline. It is structured to include various administrative sections like contract ID, modifications, and an outline for required documents and attachments related to the specifications and services needed. The file attachments support the amendment's content, detailing the statement of supplies and specified updated specifications for contractors. Overall, the amendment process emphasizes adherence to guidelines for contractors responding to federal solicitations, ensuring compliance and clarity in communication regarding contract adjustments.
    The document is an amendment to a solicitation for the USCGC Calhoun FY25 Dockside Repair, identified as amendment 001. Issued by the USCG Surface Forces Logistics Center, it announces that the solicitation will not be extended despite a request for clarification about its status as a HUBZone contract. The U.S. Coast Guard confirms that the contract is indeed intended for a HUBZone small business, supported by market research indicating a reasonable expectation of receiving offers from at least two or more HUBZone concerns. The document outlines the acknowledgment process for this amendment and emphasizes that all other terms of the solicitation remain unchanged. Overall, this amendment serves to solidify the procurement strategy while ensuring compliance with federal acquisition regulations related to HUBZone contracting.
    The "CALHOUN DS FQ4 FY25 Consolidated List of References" is a comprehensive document that outlines critical specifications and references for contractors working with the U.S. Coast Guard. It includes a list of Coast Guard drawings, technical publications, and standard specifications essential for successful contract execution. Contractors can obtain these materials at no cost, either directly from the Coast Guard or via the Surface Forces Logistics Center (SFLC) website. The document categorizes references into various types, including technical drawings that detail structural elements, systems, and installations of Coast Guard vessels, as well as publications providing operational and maintenance guidelines for equipment. Additionally, the document contains relevant standards from organizations like the American Society for Testing and Materials (ASTM) and the National Fire Protection Association (NFPA), ensuring compliance with safety and quality requirements. This consolidated list serves as a vital resource for vendors submitting proposals in response to federal requests for proposals (RFPs) or seeking funding through government grants, providing essential information to facilitate adherence to technical and safety standards while fulfilling contractual obligations.
    The document outlines the pricing schedule for the USCGC Calhoun (WMSL-418) Dockside Availability for Fiscal Year 2025. It details various maintenance and inspection tasks required for the vessel, such as the annual inspection of the cargo handling elevator, biennial maintenance for the dual point davit and folding boom cranes, and cleaning and inspecting ballast tanks. Additionally, the schedule includes optional items like preserving ballast tanks. Each task specifies a unit price, quantity, and extended price, which informs potential bidders on the anticipated costs for these services. The comprehensive nature of the file suggests it is a formal request for proposals (RFP) aimed at engaging contractors for maintenance work, aligning with federal grant guidelines and procurement processes. This document serves to ensure that all necessary maintenance is completed efficiently, maintaining the vessel's operational readiness and compliance with safety standards.
    The "USCGC Calhoun (WMSL 418) Dockside Repairs FY2025" document outlines the specifications for conducting essential dockside repairs on the vessel during fiscal year 2025. It includes a detailed list of work items, referencing required inspections, maintenance procedures, and necessary equipment for various systems including cargo handling elevators, davits, and fire detection systems. The document stipulates specific requirements for contractors, including technical expertise, safety protocols, and adherence to Coast Guard guidelines. Environmental protection measures and preservation protocols are also emphasized, ensuring compliance with federal regulations. The layout reveals a structured approach, beginning with an introduction to the scope, followed by detailed sections including work item descriptions, contractor responsibilities, critical inspection items, and references for technical guidance. This document serves to facilitate the maintenance and operational readiness of the USCGC Calhoun by outlining comprehensive repair protocols and ensuring that contractors are equipped to meet federal and Coast Guard standards.
    This document serves as an amendment to a solicitation, specifying the requirements for acknowledging receipt of the amendment prior to the designated deadline. Offers must be submitted through methods such as completing specific items or through separate communication referencing the amendment. It emphasizes that failure to acknowledge the amendment could result in rejection of offers. The amendment introduces a new specification (Work Item 16) to the CALHOUN DS FQ4 FY25 package and extends the submission deadline to May 27, 2025. The document outlines specifics related to the contract ID, modification numbers, and details about the effective date and requisition numbers. Additional instructions pertain to various items needing to be filled out by the contractor, including acknowledgment of changes and the necessity of maintaining all terms and conditions, which remain unchanged unless specified. Overall, this amendment clarifies the submission process and updates key details relevant to bidders, ensuring compliance with the federal contracting process.
    The USCGC Calhoun (WMSL 759) Dockside Repairs Specification for FY2025 outlines requirements for conducting dockside maintenance on the vessel. It details numerous work items, including inspections and maintenance for cargo handling elevators, dual point davits, fire detection systems, and tanks. Key tasks include performing annual and biennial inspections, conducting thorough tests on mechanical and electrical components, and ensuring compliance with safety and environmental regulations. The document specifies the need for qualified technical representatives, adherence to prescribed standards, and completion timelines. Additionally, it highlights the importance of preserving ship structures and environmental protection measures during the repairs. The specification provides a consolidated list of government-furnished properties, critical inspection items, and references necessary for contractors. Overall, this document serves as a guideline for contractors to ensure all repair and maintenance activities align with Coast Guard standards, emphasizing operational safety and compliance.
    The document outlines the pricing schedule for dockside availability services for the USCGC Calhoun (WMSL-418) during the fiscal year 2025. It includes a detailed list of tasks to be performed, such as the inspection and maintenance of various maritime equipment, including the cargo handling elevator, davits, cranes, and reverse osmosis systems. Additionally, the schedule specifies jobs related to cleaning and preserving ballast tanks, modifying seawater piping, and providing fire prevention measures. Each task is quantified by unit price, unit, and quantity, with a composite labor rate provided for labor-related charges. The purpose of this pricing schedule is to solicit bids for these service requests as part of a federal Request for Proposal (RFP), aiming to ensure the operational readiness and safety of the vessel. The structured breakdown of definite and optional items highlights the scope and complexity of maintenance work required for the vessel’s upkeep.
    This document is a Request for Clarification related to the FY25 Dockside Repair solicitation for the USCGC Calhoun. It outlines the procedure for offerors to submit questions regarding the solicitation. Questions must be posed in writing and include the vendor’s name, reference to relevant specification paragraphs, and the specific inquiry. Responses to the questions will be issued through an amendment to ensure transparency and uniformity. Offerors should send their inquiries via email to designated contacts at the U.S. Coast Guard, affirming a structured approach to obtaining clarifications. This process illustrates the Coast Guard's commitment to clear communication with vendors during the bidding process, ensuring that all participants have access to the same information for fair and informed submissions.
    The Past Performance Information Form is a required document for the solicitation numbered 70Z08525RLREP0011, aimed at collecting essential data regarding an offeror's relevant past performances. The form requires the offeror to provide their name, contract number, and customer details, including contact information. It also necessitates the total dollar value of the effort, specifying the period of performance, and a detailed description of the work performed to demonstrate its relevance to the current solicitation. Furthermore, it asks for information about any subcontractors utilized in the project, including the extent of their involvement and the annual dollar value of their contracts. This form serves to evaluate the capabilities and performance history of potential contractors in relation to federal RFPs and grants, ensuring that government agencies select qualified vendors based on past experience and proven success in similar projects.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (NDA) outlines the terms and conditions for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and other sensitive but unclassified information. Signers must acknowledge their understanding and compliance with relevant laws, including the Critical Infrastructure Information Act of 2002 and the implementing regulations. The agreement emphasizes the importance of protecting this information from unauthorized disclosure and details procedures for handling, safeguarding, and disseminating it. Key provisions include the obligation to return all sensitive information upon the conclusion of engagement, restrictions against altering or removing information markings, and the requirement to report any security violations. The document serves to enforce accountability and protect national interests, establishing clear penalties for non-compliance. Overall, this NDA underscores the DHS's commitment to securing critical information while managing access among authorized individuals in government contracts and grants, thus enhancing national security and operational integrity.
    The document outlines the pricing schedule and requirements for dockside availability maintenance for the USCGC Calhoun (WMSL-418) for fiscal year 2025. It details various maintenance tasks including inspections, cleanings, and renewals of critical systems such as the cargo handling elevator, fire detection systems, ballast tanks, and more. Each line item specifies the type of work, quantities, and the unit prices, indicating both definite and optional tasks. Additionally, it includes a composite labor rate and accounts for general and administrative factors as well as profit margins. Locations for service are noted, establishing a framework for labor rates based on geographical areas. This document plays a crucial role in guiding contractors in responding to relevant government requests for proposals (RFPs) and grants, ensuring compliance with federal maintenance standards for the vessel while facilitating competitive pricing and effective resource allocation.
    The document outlines the specifications for dockside repairs for the USCGC Calhoun (WMSL 418) in fiscal year 2025, detailing various maintenance and inspection tasks. It includes a comprehensive table of contents, references to government-furnished property, critical inspection items, and principal vessel characteristics. The specifications call for multiple work items, including inspections of cargo handling elevators, dual point davits, fire detection systems, and various tanks. Each work item is defined with requirements such as annual inspections, biennial maintenance, material handling, and environmental protection measures. Emphasis is placed on compliance with safety standards, quality control checkpoints, and thorough documentation of inspections and repairs. Critical procedures include the inspection and maintenance of essential machinery, with stipulations for contractor qualifications and the use of government-provided documentation. Overall, the document serves as a technical guideline for contractors involved in these maintenance tasks, highlighting the Coast Guard's emphasis on ensuring operational safety and compliance with established regulations while maintaining the vessel’s readiness and functionality. The specifications are structured to facilitate organized work execution and accountability within the scope of federal contract standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 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.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    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 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.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.