USCG ABBIE BURGESS UPDS FY25
ID: 70Z08525QIBCT0010Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside repairs of the USCGC Abbie Burgess (WLM-553) for fiscal year 2025. The procurement requires the contractor to provide all necessary labor, materials, and services to perform various repairs in accordance with the attached specifications, which include fire prevention measures and installation of new equipment. This contract is crucial for maintaining the operational readiness and safety of the vessel, emphasizing the importance of compliance with safety and environmental regulations. Interested small businesses must submit their proposals by May 19, 2025, at 0900 hours EST, and can direct inquiries to Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or Tobi Provenzano at Tobi.E.Provenzano@uscg.mil.

    Files
    Title
    Posted
    The document outlines a pricing schedule for the unplanned dockside availability of the USCGC Abbie Burgess (WLM-175) for fiscal year 2025, scheduled from May 27 to July 17, 2025. It lists various job items for necessary repairs and installations, including fire prevention requirements and ATON tie-down installations, with all listed prices currently at zero. The pricing schedule further provides a composite labor rate of $55 per hour, along with assumed general and administrative (G&A) and profit factors of 15% and 10%, respectively. Additionally, a breakdown of labor categories and associated costs is implied for various positions should they be needed, alongside references to material and subcontracted costs. The document also includes locations relevant to labor rates across the United States, emphasizing the regional nature of costs in project proposals. Overall, this file serves as a structured cost estimation document essential for budgeting and planning within federal procurement processes, particularly in the maritime sector. The clarity in categorization suggests a thorough approach to estimating expenses related to potential maintenance work on the marine vessel.
    The document serves as an amendment to a solicitation originally issued by the U.S. Coast Guard, specifically the Surface Forces Logistics Center. It outlines the amendment number, effective date, and contact details for the relevant parties, including the contracting officer, Robin B. Kloeppel. The main purpose of this amendment is to clarify the solicitation's due date for offers, originally ambiguously stated as both May 12 and May 19, 2025. The final closing date is confirmed as May 19, 2025, at 0900 hours. It notes that any offers must acknowledge receipt of this amendment to avoid rejection and highlights that, aside from this change, all other terms and conditions of the original solicitation remain intact. This amendment emphasizes the importance of accurate compliance with solicitation timelines in federal procurement processes, ensuring clarity for potential contractors.
    The document amends solicitation 70Z08525QIBCT0010 from the U.S. Coast Guard's Surface Forces Logistics Center, with Amendment 00002 effective from May 13, 2025. This amendment extends the deadline for submission of drawings and references to May 14 at 1:00 PM EST. Contractors are required to acknowledge receipt of this amendment prior to the specified time to ensure their offers are considered, with options for acknowledgment outlined in the amendment. Additionally, the document reiterates that, except for the changes stated, all other terms and conditions of the original solicitation remain unchanged and in effect. This amendment reflects administrative adjustments and procedural updates, highlighting the U.S. Coast Guard’s structured approach to maintaining accountability and compliance during procurement processes.
    The Past Performance Information Form is a critical document used by government agencies in the evaluation process of proposals for federal and state RFPs and grants. This form gathers essential information about an offeror's previous contract performance to establish their reliability and qualifications. Key sections include the offeror's name, contract details, customer references including contact information, total dollar value of the contract, period of performance, any extensions, and a detailed description of the work done that relates to the solicitation. Additionally, it requests information regarding any subcontractors used, their role, and the financial extent of those agreements. This structured approach helps assess the offeror's past performance, ensuring only qualified vendors are considered for future government contracts.
    The document outlines the process for submitting questions related to a specific federal solicitation (RFQ Number: 70Z085-24-Q-IBCT-0010) regarding the USCGC Abbie Burgess FY25 UPDS. Offerors must submit questions in writing using the designated "Request for Clarification" form and ensure that each submission contains only one question. Each form must include the offeror's firm name and the submission date. Questions are to be sent exclusively via email to the designated contacts by May 12, 2025, at 8 AM PST. This structured approach to question submission is standard in federal Request for Proposals (RFPs) and grants, ensuring clarity and organization in communication between offerors and the government. The necessity for formal clarification requests reflects typical practices aimed at maintaining transparency and efficiency in the solicitation process.
    The document outlines the specifications for unplanned dockside repairs for the U.S. Coast Guard Cutter (USCGC) Abbie Burgess (WLM-175) in FY2025. It details requirements for fire prevention and response measures, as well as the installation of new flush pad-eye assemblies to enhance the vessel's buoy tender capability. Key components include general requirements for vessel maintenance, detailed guidelines for fire safety, and specific installation tasks for the D-ring assemblies. Contractors are mandated to adhere to various surface preparation standards, conduct static load tests on installations, and comply with rigorous inspection and preservation protocols. Government-furnished property is specified, which includes pad-eye assemblies and equipment necessary for repairs. The document emphasizes adherence to safety and environmental regulations, necessitating the contractor's appointment of an Environmental Manager to oversee compliance with all applicable laws during the repair process. Overall, this specification serves as a structured guideline for contractors to ensure the USCGC Abbie Burgess is maintained and repaired in alignment with the operational and safety standards mandated by the U.S. Coast Guard.
    The document is largely incoherent and appears to be corrupted or improperly formatted, resulting in nonsensical characters and fragmented content. Consequently, it's difficult to ascertain a clear main topic or purpose. However, it seems to touch on aspects of federal government RFPs, possibly including information relevant to grants or proposals at various governmental levels. This context suggests a focus on funding opportunities, compliance requirements, or project guidelines associated with federal and local initiatives. The essence of such documents typically revolves around detailing project specifications, eligibility requirements, and submission processes. Due to the severe distortion, a comprehensive analysis cannot be accurately provided. Review and restoration of the original text would be necessary for effective summarization and content extraction.
    The document appears to be a compilation of various government-related Requests for Proposals (RFPs) and grants, showcasing a vast array of information on expected services, funding opportunities, and potential collaborations at federal, state, and local levels. It emphasizes the importance of project sponsors to carefully outline objectives, eligibility criteria, and comprehensive instructions for submission. Key considerations include ensuring compliance with all applicable regulations, deadlines, and funding limitations while fostering transparent communication among stakeholders. The document also underlines the need for innovative solutions and partnerships to enhance community services, public infrastructure, and developmental projects that align with government priorities. The overall purpose revolves around encouraging qualified organizations to participate in these initiatives, thereby promoting public interest and collaboration within the governmental framework.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USCGC ALERT Drydock Repairs FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for drydock repairs on the USCGC ALERT (WMEC 630) scheduled for fiscal year 2026. The project encompasses a comprehensive scope of work, including 38 specific tasks related to hull plating, propulsion systems, and structural renewals, with a strong emphasis on quality assurance and environmental protection. This contract is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring it meets the Coast Guard's standards. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by the deadline, with the performance period set from February 16, 2026, to April 26, 2026. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or Matthew Stansberry at Matthew.R.Stansberry@uscg.mil.
    USCGC TAHOMA DS Repairs FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC TAHOMA (WMEC-908) during fiscal year 2026. The procurement involves comprehensive maintenance tasks, including cleaning and inspecting various fuel and water tanks, overhauling steering gear, and servicing sewage systems, all to ensure the vessel's operational readiness. This opportunity is critical for maintaining the functionality of a 270-foot Medium Endurance Cutter, which plays a vital role in maritime safety and security. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on November 13, 2025, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, as the anticipated performance period is from May 25, 2026, to August 7, 2026.
    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the drydock repair of the USCGC CYPRESS (WLB-210) as part of an Indefinite Delivery Requirements contract for fiscal year 2026. The procurement involves extensive maintenance and upgrade work, including hull preservation, mechanical overhauls, and compliance with safety and environmental regulations, with a focus on ensuring the vessel's operational readiness. This opportunity is set aside for Women-Owned Small Businesses (WOSB) and emphasizes the importance of technical capability and past performance in the evaluation process, with proposals due by November 21, 2025, and an anticipated award date of December 19, 2025. Interested parties should direct inquiries to Ou Saephanh or Kiya Plummer-Dantzler via email, adhering to the specified submission guidelines.
    USCGC WAESCHE FQ3 FY26 Dock Side (DS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dockside repairs on the USCG Cutter WAESCHE (WMSL 751) during Fiscal Year 2026, specifically in the third fiscal quarter. The procurement involves comprehensive repair and maintenance tasks, including cleaning and inspecting various tanks, sewage piping repairs, and modifications to the HVAC and chilled water systems, among other critical work items. This opportunity is vital for maintaining the operational readiness and safety of the cutter, which plays a significant role in national security operations. Interested firms must submit their capabilities and relevant documentation to the primary contacts, William Zittle and Valerie S. Rivera-Chase, by the specified deadline, with the anticipated performance period set from June 1, 2026, to July 27, 2026.
    CGC FORWARD AA DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC FORWARD AA FY2026 project, which involves dockside maintenance and repair services for the USCGC FORWARD (WMEC-270B). The procurement encompasses a range of tasks, including cleaning and inspecting fuel and ballast tanks, load testing power supplies, and preserving helicopter operating areas, with an emphasis on adhering to Coast Guard standards and environmental compliance. This contract is crucial for maintaining the operational readiness of the vessel and ensuring safety standards are met. The period of performance is set from April 1, 2026, to June 30, 2026, and interested parties can contact Kimberly Burtwell at kimberly.y.burtwell@uscg.mil or 571-608-3189 for further details.
    CGC PENOBSCOT BAY DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing dockside repairs for the USCGC PENOBSCOT BAY (WTGB 107) during Fiscal Year 2026. The procurement involves comprehensive maintenance and repair tasks, including fire prevention measures, cleaning and inspection of various tanks, and servicing critical equipment, with a total of approximately 29 work items outlined in the specifications. This opportunity is crucial for ensuring the operational readiness and safety of the vessel, which is homeported in Bayonne, New Jersey. Interested companies must respond to the Sources Sought Notice by November 28, 2025, and provide detailed company information and past performance documentation to Catherine Chan and Sandra Martinez via email.
    Dock Side (DS): USCGC Munro Fiscal Quarter 2 Fiscal Year 2026
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs on the USCGC Munro (WMSL 755) during Fiscal Quarter 2 of Fiscal Year 2026. The contract, which is a 100% HUBZone Small Business Set-Aside, requires comprehensive maintenance and modernization efforts, including renewing deck coverings, inspecting fuel and ballast tanks, and addressing the fire detection system, among other tasks. This procurement is critical for ensuring the operational readiness and safety of the vessel, with work scheduled to take place from February 24, 2026, to May 10, 2026, at Coast Guard Island in Alameda, California. Proposals are due by December 1, 2025, and interested contractors should contact Kyra May at Kyra.L.May@uscg.mil or 571-614-5734 for further information.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Buyer not available
    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 plating inspection, propulsion system overhauls, and various structural and mechanical repairs, all to be completed in accordance with the attached specifications and within a firm-fixed price contract framework. This opportunity is particularly significant as it is set aside for small businesses, emphasizing the importance of compliance with federal acquisition regulations and environmental considerations. Interested parties must submit their quotations by 8 AM EST on December 10, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    CGC VISE DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for drydock repairs on the USCGC VISE (WLIC-75305), a 75-foot Inland Construction Tender. The procurement encompasses a range of repair tasks, including hull inspections, preservation of underwater bodies, and maintenance of propulsion systems, with the anticipated period of performance from March 10, 2026, to May 19, 2025. This opportunity is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's missions. Interested contractors must respond to the Sources Sought Notice by November 14, 2025, at 4:00 PM EST, providing their business size status and relevant documentation to the primary contact, Iran N. Walker, at Iran.N.Walker@uscg.mil.
    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.