BERTHOLF DS FY25 FQ4
ID: 70Z08525RLREP0008Type: 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 (WEST) (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 6:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for dockside repairs to the United States Coast Guard Cutter (USCGC) BERTHOLF (WMSL-750) as part of the FY25 FQ4 initiative. The contract, which is set aside for small businesses, will encompass a range of maintenance and repair tasks to be executed in accordance with the provided specifications and task orders, with the first task order's performance period running from August 26, 2025, to November 18, 2025. This procurement is critical for ensuring the operational readiness and safety of the cutter, which plays a vital role in the Coast Guard's mission. Interested contractors should direct inquiries to Lavon Lewis or Mark Cap via their respective emails, with the overall contract funding subject to the availability of funds and an estimated value of $348 million for anticipated contract actions through August 1, 2029.

Point(s) of Contact
Files
Title
Posted
Apr 17, 2025, 6:12 PM UTC
The document outlines a request for proposals (RFP) related to dockside repair services for the United States Coast Guard Cutter (USCGC) Bertholf. It establishes a firm fixed-price contract for various maintenance and repair tasks needed through task orders issued from the agreement, with an emphasis on servicing the ship located in Alameda, California, until November 2025. The acquisition is set aside for small businesses, particularly those classified as Women-Owned Small Businesses (WOSB) or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Key components include a requirement for contractors to complete specified tasks as per the solicitation's detailed conditions and compliance with contract clauses, including safety and insurance mandates. Additionally, the importance of maintaining proper records and following specified procedures for inspections, invoicing, and the handling of government property is highlighted. The contract's provisions aim to ensure quality workmanship and compliance with federal regulations while facilitating fair competition among eligible businesses. The summary encapsulates the purpose and structure of the RFP as integral to governmental procurement processes, particularly emphasizing support for small businesses and adherence to regulatory guidelines during the execution of naval repair services.
Apr 17, 2025, 6:12 PM UTC
Apr 17, 2025, 6:12 PM UTC
The document outlines the specifications and requirements for dockside repairs to the USCGC Bertholf (WMSL 750) for Fiscal Year 2025. It includes organized sections detailing revisions, references, government-furnished property, critical inspections, and principal characteristics of the vessel. The work items address various repairs, including fire prevention, circuit breaker inspections, and tank cleaning. Key requirements include the contractor's adherence to safety and quality standards, specifically detailing inspection protocols for critical components such as fuel tanks and electrical equipment. Contractors must submit fire safety plans, conduct thorough inspections, and perform rigorous testing of circuit breakers. Additionally, it emphasizes environmental protection and compliance with local regulations related to hazardous materials. The structure is systematic, providing clear instructions and drawings referenced throughout the document. This RFP emphasizes the need for contractors to ensure safety, quality, and adherence to the Coast Guard's operational standards during repair work on the vessel. Through detailed requirements, the document facilitates contractor preparation and compliance for the upcoming dockside availability period. This initiative demonstrates the U.S. Coast Guard's commitment to maintaining vessel readiness and safety.
Apr 17, 2025, 6:12 PM UTC
The document outlines the pricing schedule for the USCGC Bertholf (WMSL-418) dockside availability for fiscal year 2025. It details various line items including fire prevention services, inspection and testing of circuit breakers, and cleaning and inspection of multiple fuel tanks. Each task is categorized as a job with associated unit prices and quantities, but the total prices currently reflect zero due to a lack of provided costs. Additionally, the pricing schedule includes a composite labor rate set at $55, with assumptions for general and administrative costs (15%) and profit margins (10%). Direct labor categorizations include various skilled trades and miscellaneous costs, further emphasizing the extensive labor and material needs for the ship's maintenance. This document serves as a formal request for proposals (RFP) to potential contractors in alignment with federal standards for repairs and inspections, ensuring the operational readiness of USCG vessels. Its purpose is to establish a transparent pricing framework to facilitate bidding processes for qualified vendors, while highlighting the operational areas focused on safety and technical oversight relevant to the U.S. Coast Guard's requirements.
The file outlines the process for submitting questions regarding the U.S. Coast Guard's request for proposals (RFP) related to dock-side repairs for the USCGC Bertholf (WMSL-750) scheduled in fiscal year 2025. Offerors must submit inquiries in written format, clearly identifying the vendor name and referencing specific specifications. Questions should be directed to Lavon Lewis and Mark Cap via their provided email addresses. Each submission should include the vendor's name, the relevant specification paragraph, and the question, followed by the Coast Guard's response. This structured approach aims to ensure clarity and transparency in the RFP process, highlighting the government's commitment to comprehensive communication with potential contractors to facilitate the repair project effectively.
The HSAM Appendix G document outlines a Class Checklist for Controlled Unclassified Information (CUI) related to contract actions concerning supplies and services for the U.S. Coast Guard (USCG). It details the process for identifying CUI access, security requirements, and contractor responsibilities for maintaining confidentiality and compliance. The estimated value of the anticipated contract actions is $348 million, set to expire on August 1, 2029. Key steps involve verifying contractor access to CUI, including sensitive information types like Chemical Terrorism Vulnerability Information and Personally Identifiable Information, and establishing security provisions for handling such data. It mandates the use of certain regulatory clauses in contracts and emphasizes obtaining necessary signatures from officials to ensure compliance with privacy and security standards. Additionally, the document outlines conditions under which the Government will monitor adherence to specified retention and security requirements for CUI. The importance of integrating security planning, continuous monitoring, and privacy considerations into contract development is underscored, ensuring that contractors are held to stringent standards for protecting sensitive information throughout the contract lifecycle.
The Past Performance Information Form is a document utilized in federal RFPs to gather essential data from offerors regarding their previous contracts. This form requires details such as the offeror's name, contract identifiers, customer information, and total contract value. It also requests a period of performance, a thorough description of the work completed, and information on any subcontractors involved, including their contributions and the financial value of subcontracts. The purpose of this form is to assess past performance and relevance of previous work to current solicitations, ensuring that offerors have the necessary experience and capability to fulfill the contract requirements. The structured format guides offerors in providing comprehensive information, which aids evaluators in making informed decisions regarding proposals. This form represents a critical step in the evaluation process within federal grants and procurement activities at state and local levels, emphasizing transparency and accountability in government contracting.
The document outlines the operational hours for cutter work and related activities, specifying that general work is conducted from Monday to Saturday, 0700-1900, while hot work, fuel and oil transfers, and major machinery operations are restricted to weekdays from 0800-1700. Federal holidays allow for cutter operation from 0700-1900. The contractor may seek permission to work outside these designated times by notifying the Contracting Officer’s Representative (COR) in advance. This structured schedule is likely aimed at ensuring operational efficiency and compliance within the parameters set for government contracts and RFPs, emphasizing the importance of scheduling and coordination in federal projects.
The document outlines access and security requirements for personnel working at USCG Base Honolulu and Coast Guard Island in Alameda, California. All contractors, subcontractors, and suppliers must obtain RAPIDGate credentials prior to commencing on-site work, with registration starting at least 45 days in advance. A complete personnel roster must be submitted 30 days before work begins, and any changes must be updated promptly. Individuals without RAPIDGate credentials may be denied access. Identification requirements include valid forms of photo ID that adhere to the Real ID Act, and proof of U.S. citizenship may be requested. Advance notice of deliveries is mandatory, requiring vehicle registration and insurance proof to access the facility. The document emphasizes strict adherence to security protocols and outlines contact information for further inquiries about access procedures.
Apr 17, 2025, 6:12 PM UTC
The document outlines the procedure for scheduling a ship check for the USCGC Bertholf, a cutter in the U.S. Coast Guard fleet. Interested vendors are required to coordinate with the cutter's Port Engineer, LT Jarred Jenkinson, or Senior Port Engineer, LCDR Brian Howard, to confirm availability and meet facility access requirements. The notice emphasizes that cutter availability for inspections may change without prior notice, underscoring the need for direct communication with the Port Engineer. This process is part of a broader context of government procurement and vendor engagement, highlighting the importance of compliance with established access protocols for government facilities.
The document at hand appears to be a compilation of fragmented and coded information related to federal and state RFPs (Requests for Proposals) and grants. Its structure is disorganized, making it challenging to extract coherent topics or key ideas. However, it hints at an underlying theme centered on government contracting processes, potentially detailing bid submissions, compliance requirements, and fiscal allocations for various projects. The context suggests a focus on funding opportunities and collaboration between various governmental agencies and businesses aimed at addressing public needs. The fragmented nature indicates it might be a preliminary draft or internal document filled with procedural codes, deadlines, and administrative details necessary for stakeholders involved in government-funded initiatives. Overall, while the specifics remain obscured, the essence of the document revolves around governmental mechanisms to solicit proposals and grant funding, which are fundamental to enabling public projects across federal and local levels. Proper understanding and interpretation would likely require review of the fully completed document.
The document outlines the U.S. Coast Guard's justification for using other than full and open competition for a procurement related to the maintenance of Stern Boat Launch and Recovery systems. The justification cites that the only entity capable of fulfilling the requirements is Superior-Lidgerwood-Mundy Corp, as they hold proprietary data essential for the work. The procurement requires an OEM authorized/ licensed technical representative to ensure compliance with the manufacturer’s standards during maintenance and repairs. The document emphasizes the necessity of authorized access to proprietary information and tools due to the specialized nature of the equipment, which is critical for the safety of Coast Guard personnel during operations. A market research confirms that no other companies can fulfill these unique requirements. The cost determination method involves comparing the price with previous reasonable purchases and an Independent Government Cost Estimate (IGCE). This process highlights the Coast Guard’s commitment to ensuring high standards of safety and operational integrity in managing specialized equipment.
The document pertains to a Request for Proposal (RFP) from the U.S. Coast Guard concerning a brand-new project related to the USCGC Bertholf. It includes a Q&A section where the Coast Guard clarifies that this is not a recompete but a new requirement, indicating a fresh opportunity for contractors. Additionally, it specifies that only Work Item 4, which involves the Stern Boat Launch and Recovery, is a sole source requirement. This means that the selected Prime Contractor must collaborate with the Original Equipment Manufacturer (OEM) to bring a licensed technical representative onsite to perform required services for that specific work item. Overall, the document outlines the foundational aspects of the RFP, highlighting both new project opportunities and specific contractor responsibilities.
Lifecycle
Title
Type
BERTHOLF DS FY25 FQ4
Currently viewing
Solicitation
Similar Opportunities
Dry-Dock: USCGC RELIANCE FY25 DDS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the dry-dock maintenance of the USCGC Reliance (WMEC-210A) during Fiscal Year 2025. The procurement involves comprehensive repair and preservation tasks, including hull inspections, preservation of underwater components, and maintenance of propulsion systems, all aimed at ensuring the vessel's operational readiness and safety. This contract is significant for maintaining the Coast Guard's maritime capabilities and aligns with federal initiatives to promote small business participation, particularly among women-owned firms. Interested contractors should direct inquiries to Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or Kaity George at Kaity.George@uscg.mil, with the performance period set from August 20, 2025, to October 28, 2025.
USCGC HAMILTON DS FY25 FQ4
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dockside repairs on the United States Coast Guard Cutter (USCGC) HAMILTON (WMSL-753) as part of a total small business set-aside solicitation. The scope of work includes comprehensive ship maintenance and repair tasks, which will be specified through individual task orders, with the contract period extending from the date of award through December 14, 2025. This procurement is critical for ensuring the operational readiness and safety of the cutter, which plays a vital role in maritime operations. Interested vendors should direct inquiries to Mark Cap or Lavon Lewis via email, and the first task order's performance period is set from September 14, 2025, to December 14, 2025, with funding contingent on availability.
USCGC BENJAMIN BOTTOMS (WPC-1132) DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the cutter USCGC Benjamin Bottoms (WPC-1132), which is homeported in San Pedro, California. The required services include cleaning and inspecting fuel tanks, renewing interior deck coverings, and performing maintenance on major engines and hull plating, with an anticipated performance period of 49 days from November 4, 2025, to December 16, 2025. This opportunity is part of market research to identify capable sources and does not constitute a formal solicitation; however, responses will inform future procurement decisions. Interested parties must submit their qualifications, including proof of small business certifications if applicable, by May 5, 2025, to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
Dock-side (DS): USCGC HOLLYHOCK FY25 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC HOLLYHOCK for fiscal year 2025. The procurement involves comprehensive maintenance and repair services, including fire prevention, deck preservation, and insulation renewal, to ensure the vessel's operational readiness at its homeport in Honolulu, Hawaii. This contract is particularly significant as it emphasizes the inclusion of small businesses, with a total small business set-aside, and is expected to enhance the Coast Guard's capabilities in maintaining its fleet. Interested vendors must submit their quotes by May 5, 2025, and direct inquiries to Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
BERTHOLF TECHNICAL SERVICES FOR INSPECTION AND CORRECTION CONTROL SYSTEM
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide technical services for the inspection and correction of the Woodward control system on the USCGC Bertholf. The primary objective is to troubleshoot and restore the control system to normal operating condition, addressing communication issues currently affecting the system. This procurement is critical for maintaining operational readiness and ensuring compliance with manufacturer standards during the repair process. Interested parties must have access to Base Alameda and provide identification, with a final report due within three days of contract completion. For further inquiries, contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
JAMES DS FY25 solicitation
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs and alterations to the USCGC JAMES (WMSL-418) for fiscal year 2025. The contractor will be responsible for providing all necessary labor, materials, services, and equipment to perform the required maintenance tasks, which include inspections, modifications, and repairs, at the vessel's homeport in North Charleston, South Carolina. This procurement is critical for ensuring the operational readiness and compliance of the Coast Guard vessel, with the performance period scheduled from May 19, 2025, to July 30, 2025. Interested contractors must acknowledge the solicitation amendment by May 1, 2025, and can contact Sherri Ore at sherri.s.ore@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil for further information.