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
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Buyer not available
    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 SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    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.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    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.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Buyer not available
    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.
    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) in Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull preservation, inspection and overhaul of propulsion components, and cleaning of various tanks, with the contract expected to be awarded as a Single Award Firm-Fixed Price Contract. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their quotations by 8 AM EST on December 10, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    USCGC ALERT Drydock Repairs FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC ALERT (WMEC-630) scheduled for Fiscal Year 2026. The procurement involves extensive maintenance and repair work, including hull preservation, propulsion system overhaul, and various structural and piping renewals, with a performance period from February 16, 2026, to April 26, 2026. This contract is crucial for ensuring the vessel's operational readiness and structural integrity, adhering to Coast Guard standards and specifications. Interested parties should direct inquiries to Contract Specialists Matthew R. Stansberry at matthew.r.stansberry2@uscg.mil or Chelsea Clark at Chelsea.Clark@uscg.mil, and note that the closing date for offers has been extended to December 10, 2025.
    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 HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    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 COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.