Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
ID: 70Z04025QSBPL0004Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, 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 contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines additional contract requirements for a government ship repair contract, established by the Contracting Officer to comply with federal regulations and commercial practices. Key topics include contractor facility accessibility, required insurance coverage, and protocols for government personnel access to the vessel. The contractor must ensure a facility accessible from navigable waterways with specified depth and clearance, and maintain various insurance types, including ship repairer’s liability and workmen's compensation. The document stipulates that all inspections are to be conducted by the contractor, with records available to the government. Additionally, contractors are responsible for properly managing government property and reporting any discrepancies. Growth work, requiring specific authorization from the Contracting Officer, must be carefully documented. A composite labor rate is set for contract changes, including direct labor costs and benefits. The payment method is outlined, permitting invoicing based on completion percentages, and detailing required invoice content. Certifications for drydock facilities, welding qualifications, and a detailed planning document must be submitted with proposals, ensuring compliance with established specifications. Overall, this contract serves to ensure that all necessary standards and regulations are met, aiming for efficiency and accountability in ship repair operations for the U.S. Coast Guard.
    The U.S. Coast Guard issued a Past Performance Questionnaire (PPQ) as part of its Request for Proposals (RFP) 70Z04025QSBPL0004. This document serves to gather assessments from references provided by contractors seeking to validate their past performance in relation to federal solicitations. Evaluators, familiar with the contractor's work, must fill out this questionnaire, which covers various performance areas, including quality of service, schedule adherence, cost control, management effectiveness, and regulatory compliance. Each area is rated on a scale from "Exceptional" to "Unsatisfactory," allowing evaluators to provide comments and overall assessments. The questionnaire requests specific details regarding the contractor's identity, contract nature, and relevant performance metrics. By submitting this completed form directly to the U.S. Coast Guard, evaluators inform decisions on whether to award future contracts to the involved contractor. In summary, the PPQ facilitates thorough evaluations of contractor performance to ensure proficient service delivery within federal contracts and grants.
    The USCG 45661 (RB-M 45) Drydock Repairs specification outlines the requirements for conducting repairs on Coast Guard vessels during the FY2025 period. It encompasses a comprehensive approach to ensure vessel inspections and refurbishments adhere to established standards. The document details work items including ultrasonic testing, hull inspections, and preservation techniques, specifying procedures, equipment, and government-furnished property needed. Key elements involve critical inspection points, such as the requirement for ultrasonic testing shots and hull plating inspections performed by contractors under specific guidelines. The specification emphasizes adherence to Coast Guard and industry safety standards, environmental protection measures, and the necessity for submission of quality assurance documentation. By providing contractors with a detailed roadmap of responsibilities, the specification aims to maintain the operational integrity and safety of the Coast Guard’s fleet while ensuring compliance with regulatory requirements throughout the maintenance process. This document not only serves an operational role but reflects the government's commitment to maintaining high standards in vessel maintenance and repair processes.
    The file outlines the solicitation for the USCG Curtis Bay's FY25 unplanned drydock repairs, designated as Solicitation 70Z04025QSBPL0004. The contractor is required to provide all labor, materials, and services necessary for the dry-docking repairs and alterations to the vessel. It is emphasized that bidders must thoroughly read the specifications to accurately estimate the costs and complexities involved. A detailed schedule of Supplies and Services is presented, including various work items (CLINs) such as ultrasonic testing, hull inspections, engine alignments, and maintenance services for the water jet drive and diesel tanks. Additional options for services and labor rates are also listed. Each item requires a cost estimation on an Excel spreadsheet, with sections for definite and optional values, along with a total summarizing the contract's financials. Overall, the document serves as a formal request for proposals aimed at contracting services for essential vessel repairs, indicating a commitment to maintaining the operational integrity of USCG assets.
    The document outlines a solicitation for a contract aimed at Women-Owned Small Businesses (WOSBs) for the procurement of commercial products and services under the U.S. Coast Guard (USCG). It details critical contract information, including requisition and contract numbers, award date, and submission timelines. The solicitation emphasizes a firm-fixed price contract with specific items and performance requirements, including past performance evaluations, technical capability assessments, and pricing rationale. Contractors must submit various certifications, including insurance and compliance documents, and are instructed to provide planning documents and performance schedules. Moreover, it contains clauses regarding contractor obligations, access to facilities, inspections, and insurance requirements. Vendors are encouraged to participate even if they cannot meet the specified performance period, provided they submit a justification. The anticipated award date is February 10, 2025, contingent on fund availability. Overall, this solicitation aims to enhance procurement practices, promote small business participation, and ensure compliance with federal guidelines while enabling the USCG to maintain operational readiness.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repair of the USCGC Cypress (WLB-210), a 225-foot buoy tender, scheduled for fiscal year 2025. The procurement involves approximately 117 maintenance tasks, including inspections, preservations, and repairs, to be completed over a projected 99-day period from September 8 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring the Coast Guard's capabilities in maritime operations. Interested parties must respond by April 4, 2025, providing information on their business size, capabilities, past performance, and relevant certifications, with inquiries directed to Ou Saephanh at Ou.T.Saephanh@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil.
    DRYDOCK: USCGC MELVIN BELL DRYDOCK FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking of the USCGC Melvin Bell (WPC-1155) for fiscal year 2025. The procurement involves essential repairs and inspections, including work on the propulsion shafting, hull plating, and various onboard systems, with a focus on maintaining operational readiness and compliance with safety regulations. This contract is particularly significant as it supports the maintenance of military maritime assets, ensuring they meet operational capabilities while adhering to environmental protection standards. Interested parties, especially Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract expected to commence on September 2, 2025, and conclude by December 30, 2025, contingent on funding availability. For further inquiries, contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Dry-dock (DD): USCGC KIMBALL FY25 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dry-dock repairs on the USCGC KIMBALL for fiscal year 2025. The procurement involves a comprehensive requirements contract for maintenance and repair services, with the first task order scheduled between May 13 and June 12, 2025, and a contract validity extending until September 30, 2025. This opportunity is critical for ensuring the operational readiness of the vessel, which includes adherence to safety, environmental compliance, and performance standards. Interested contractors must submit their quotes by March 12, 2025, and can direct inquiries to Kyra May at Kyra.L.May@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil for further clarification.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for unplanned dockside repairs of the USCGC Paul Clark (WPC-154) during fiscal year 2025. The contract will focus on the renewal of propulsion reduction gear assemblies and requires adherence to a firm fixed price structure, with a performance period from March 31, 2025, to May 26, 2025. This procurement is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring compliance with Coast Guard standards and federal regulations. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and must acknowledge receipt of any amendments to the solicitation by the specified deadlines.
    DRYDOCK: USCGC BAILEY BARCO DD FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock services for the USCGC Bailey Barco (WPC-154) for fiscal year 2025. The procurement involves comprehensive repairs and maintenance tasks, including hull inspections, propulsion system overhauls, and compliance with safety and environmental regulations. This contract is crucial for ensuring the operational readiness and integrity of the vessel, which plays a vital role in maritime safety and security. Interested parties should contact Torrie Jones at Torrie.M.Jones@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    Dockside (DS): USCGC STRATTON FY25 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repair of the USCGC Stratton (WMSL 752) scheduled for fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning and inspecting tanks, conducting preservation activities, and ensuring compliance with safety and environmental regulations. This opportunity is critical for maintaining the operational readiness and integrity of the Coast Guard's fleet. Interested contractors can reach out to Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil or call 510-316-4544 for further details regarding the specifications and requirements.
    Dockside: USCGC STONE DS FY25 FQ3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for dockside repair services for the USCGC STONE (WMSL-418) for Fiscal Year 2025, with the contract set aside for small businesses. The procurement involves comprehensive maintenance and inspection tasks, including air conditioning systems, tank cleaning, and preservation work, all aimed at ensuring the vessel's operational readiness and compliance with regulatory standards. This opportunity underscores the importance of maintaining the Coast Guard's fleet and supports federal initiatives to engage small businesses in government contracting. Interested vendors should direct inquiries to Richard Rawlings or Mark Cap via email, with the solicitation details available under number 70Z08525RLREP0003.
    DOCKSIDE: CGC THETIS DS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside services for the USCGC Thetis (WMEC-270B) during its fiscal year 2025 dry-docking period. The procurement includes a range of maintenance and inspection tasks, such as cleaning and inspecting fuel tanks, replacing components, and overhauling machinery, all aimed at ensuring the vessel's operational readiness. This opportunity is particularly significant as it is set aside for small businesses under the SBA guidelines, promoting diversity in federal contracting while adhering to strict compliance and safety standards. Interested contractors should submit their offers electronically by the specified deadline and may contact Petal Donald at petal.c.donald@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.