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
    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
    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.
    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.
    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.
    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
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    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.
    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.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    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.
    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.
    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.
    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.
    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.
    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.