USCGC KINGFISHER (WPB-87332). DOCKSIDE
ID: 70Z08025QPBPL0027Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

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 seeking qualified small businesses to provide dockside maintenance for the USCGC KINGFISHER (WPB-87332) under a total small business set-aside contract. The procurement involves renewing one Port Main Engine (MDE) and performing W5 Maintenance on one Starboard MDE, ensuring the operational readiness of the vessel's marine engine systems. This opportunity is critical for maintaining the performance and safety standards of Coast Guard vessels, reflecting the government's commitment to effective maritime operations. Interested contractors should submit their quotations in response to solicitation number 70Z08025QPBPL0027, and may contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further information.

    Files
    Title
    Posted
    The document outlines the specifications for dockside repairs to the USCGC Kingfisher (WPB-87322) for Fiscal Year 2026, detailing work requirements for both main diesel engines (MDEs) and related systems. It comprises various sections including a detailed revisions record, a list of required government-furnished equipment, critical inspection items, and comprehensive descriptions of the physical characteristics of the vessel. The primary focus is on the renewal of both MDEs, incorporating maintenance tasks such as alignment, preservation processes, and the handling of engine-related systems. Additionally, environmental protection protocols and fire safety requirements during modifications are emphasized. The document serves as a regulatory guide for contractors and Coast Guard personnel, ensuring compliance with standardized procedures and safety measures. By enforcing precise technical references and regulations, it aims to facilitate effective coordination during the repair and overhaul processes, reflecting the government's intentions to maintain operational integrity and safety standards for Coast Guard vessels.
    The document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) program, specifically for commercial products and services required by the U.S. Coast Guard. It provides essential information such as requisition and solicitation numbers, key contacts, submission due dates, and contract details. The solicitation includes a summary of items and services requested, specifications for proposals, payment terms, and conditions of contract compliance. Notably, various clauses from the Federal Acquisition Regulation (FAR) are incorporated, emphasizing the significance of adhering to small business participation guidelines, payment procedures, and safeguarding contractor information systems. The total award amount and specific performance periods for the contract are highlighted. The document's purpose is to facilitate fair procurement practices and to encourage participation from economically disadvantaged and women-owned businesses, underlining the government’s commitment to supporting small business engagement in federal contracting. Overall, the solicitation aims to procure necessary services while ensuring compliance with federal regulations and promoting diversity in contracting opportunities.
    This document outlines the solicitation and contract guidelines specifically for Women-Owned Small Businesses (WOSBs) within the context of the federal procurement process. It includes essential details such as requisition and contract numbers, solicitation issuance dates, contact information, and submission deadlines. The solicitation pushes for participation from WOSBs, including options for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and other small business categories. The document details itemized service requirements along with contractual stipulations regarding payments, terms, and performance periods. Key clauses are incorporated to ensure compliance with federal laws, including those related to ethical conduct and labor standards. It emphasizes electronic submission for payment requests, access control to information systems, and safeguarding measures for contractors handling federal information. The structure follows a standard government form, accommodating additional sections regarding contract clauses and specific performance standards, and emphasizes the importance of equity in government contracting opportunities. This RFP serves to promote inclusivity and support economic growth by ensuring varied business participation in federal contracts.
    This document is a solicitation amendment issued by the U.S. Coast Guard (USCG), related to the contract ID 70Z08025QPBPL00270001. The primary purpose of the amendment is to provide answers to questions posed regarding the initial solicitation and to update specifications from Revision 0 to Revision 1. This amendment also emphasizes the importance of contractors acknowledging receipt of this document prior to the specified deadline to avoid potential rejection of their offers. It details methods for acknowledgment, including the completion of specified items or through separate communications, and outlines conditions for modifying an existing offer. The administration of the contract is held by Commander, USCG-SFLC-CPD 1, Norfolk, Virginia. The document also references specific attachments related to the amendment, including a revised specification document titled "USCGC KINGFISHER DS FY26." Overall, this amendment ensures that all interested contractors have the necessary updates and clarifications to proceed with their submissions effectively.
    The document outlines the pricing schedule for the USCGC KINGFISHER (WPB-87322) dockside availability project for Fiscal Year 2026. It includes various work items such as the renewal of Main Diesel Engines (MDEs), composite labor rates, and travel expenses, although several entries are noted as "not specified" (NSP). The pricing structure indicates unit prices for potential growth work, stating that an estimate of 400 hours for maintenance is considered, with contract modifications possible based on actual quantities needed. The schedule emphasizes a flexible approach towards "Over and Above/Growth Work," which allows the government to handle additional expenses at defined rates if such work arises. Overall, this document serves as a preliminary financial outline for contractors engaging with the project, ensuring clarity in pricing and scope flexibility for future adjustments.
    The document outlines specifications for dockside repairs to the USCGC Kingfisher (WPB 87322) for fiscal year 2026. It includes details on the vessel's characteristics, maintenance requirements, and government-furnished property necessary for the procedures. The primary tasks involve renewing the main diesel engines, performing maintenance, and updating control system configurations. Contractors must adhere to specific quality control measures, fire safety protocols, environmental protection regulations, and preservation standards throughout the project. Key work items include preserving and reinstalling MDEs, performing engine overhauls, and ensuring proper shaft alignment. The document aims to establish clear guidelines for contractors to ensure the operational integrity and safety of the vessel post-repair while complying with all relevant Coast Guard regulations and technical publications.
    This document outlines two work items related to the maintenance of marine engine systems. The first work item involves renewing one Port Main Engine (MDE) along with its associated parts, and the second concerns performing W5 Maintenance on one Starboard MDE, with parts indicated for both engines. Clarification has been provided confirming the intent of the Coast Guard (CG) to renew one Port MDE and conduct W5 Maintenance on one Starboard MDE. Revision versions (Rev-1) have been created to correct errors identified in Government-Furnished Equipment (GFE). This document demonstrates the government's structured approach to maintenance, ensuring the operational readiness of marine engines while clearly conveying the requirements and necessary actions involved in the process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    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.
    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.
    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.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    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.
    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.
    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.