DRYDOCK: USCGC KATHLEEN MOORE DD FY25
ID: 70Z08024QPBPL0043Type: 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 contractors for the dry docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.

    Files
    Title
    Posted
    The document is a solicitation for a contract specifically aimed at Women-Owned Small Businesses (WOSBs), detailing a Request for Quotations (RFQ) for commercial products and services related to ship repair for the U.S. Coast Guard. The contract, numbered 70Z08024QPBPL0043, is set to take place from January 14, 2025, to May 13, 2025, with terms and conditions revolving around the Federal Acquisition Regulation (FAR) guidelines. Key components include the requirement for facilities with specific navigational characteristics, payment procedures via electronic submissions, and the inclusion of clauses that cover whistleblower rights, anti-kickback procedures, and safeguarding contractor information systems. The document outlines the terms for potential growth work and change requests, emphasizing equitable adjustments based on negotiated prices. Additionally, it incorporates provisions aimed at promoting small business utilization, specifically targeting economically disadvantaged and service-disabled veteran-owned small businesses. The structure includes sections on supplies and services, quantities, warranties, and various legal and operational clauses, ensuring compliance and protection for both parties involved. This solicitation exemplifies government efforts to empower WOSBs while adhering to regulatory frameworks in procurement practices.
    This document is an amendment to a solicitation for the Planned Drydock repairs of the Coast Guard Cutter KATHLEEN MOORE (WPC 1109). It outlines the requirements for acknowledging receipt of the amendment and the conditions under which offers may be modified or rejected if acknowledgments are not received on time. The amendment adds a new attachment containing WISS/VCS/QA forms and updates specific contract clauses including site visit information. Contractors interested in participating must complete a site inspection prior to submitting offers, with the last site visits to be completed by September 3, 2024. The document includes critical details such as the amendment control number, solicitation number, and points of contact for scheduling inspections. Overall, it emphasizes the importance of compliance with the stipulated processes and highlights specific changes to ensure all potential contractors are aware of the necessary documentation and site conditions before contract award.
    This government document serves as an amendment to a solicitation related to planned dry dock repairs for the USCG's CGC KATHLEEN MOORE (WPC 1109) based in Key West, FL. The amendment requires contractors to acknowledge receipt before the specified deadline and outlines the conditions for modifying submitted offers. It extends the deadline for offers and modifies key contractual clauses, particularly regarding site visits. Contractors are urged to inspect the service location by September 16, 2024, to ensure they are aware of all conditions affecting contract performance. Additionally, it provides contact information for scheduling site surveys. The document also includes a combination of required acknowledgment forms and a question and answer section for vendor inquiries, underscoring the importance of clarity and direct communication throughout the procurement process. This amendment highlights the necessity for contractor diligence in inspections and adherence to outlined procedures to avoid any claims post-award.
    This government document is an amendment to a solicitation for the USCGC KATHLEEN MOORE, reiterating that it is a Total Small Business Set-Aside. It outlines the procedures for acknowledging receipt of the amendment by potential contractors, emphasizing the importance of doing so before the specified deadline to avoid rejection of offers. The amendment also contains a series of questions and answers clarifying technical aspects related to the work on the ship's MSW/ASW/Firemain system, particularly around the inspection and repair process for valves and strainers. It specifies that contractors may be compensated for recommended replacements or repairs if they follow proper protocols for inspection and approval from the Contracting Officer's Representative (COR). The document maintains all other terms and conditions from the original solicitation while providing essential operational clarifications to ensure adherence to contract terms and facilitate smooth contractor engagement. Overall, this amendment strengthens compliance and accountability between the government and contractors during the procurement process.
    The document outlines the pricing schedule and foreseeable cost worksheet for the USCGC Kathleen Moore (WPC-154) drydock availability for FY2025. It lists various drydock job items, including hull plating, tanks and voids, propulsion systems, and others, all with a unit price of $0.00, indicating that no specific pricing has been established for these tasks at this time. It emphasizes the importance of growth work rates and details how additional tasks will be managed contractually. Subsequent sections detail foreseeable costs related to travel and per diem for personnel and transportation requirements. The contractor must input various data points to determine travel costs based on distance and travel days, with calculations adjusted for factors like nautical miles and per diem rates. The summary also identifies conditions for family separation allowances and crew transportation for home visits. The primary purpose of the document is to create a transparent and organized framework for budgeting and evaluating bids for the drydocking services required for the USCGC Kathleen Moore. This aligns with the governmental procedure for managing federal contracts and grants, ensuring fiscal responsibility and adaptability for unforeseen work requirements.
    The document outlines the Statement of Work (SOW) for dry dock repairs on the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. It details the work items required for the vessel's maintenance, including inspection and repair of critical components such as hull plating, propulsion systems, and electrical power distribution. The SOW emphasizes compliance with Coast Guard standards, reference specifications, and the sequencing of tasks that contractors must follow. Key components include a consolidated list of references, a record of government-furnished property, and critical inspection items that must be completed within the initial phase of the contract. The document also outlines general requirements applicable to all contracts, including safety provisions, environmental protection plans, and quality assurance measures for coatings. The importance of prompt communication for clarifications, adherence to regulations, and the provision of temporary services for the crew during maintenance are underscored. The main purpose of the document is to guide contractors through the complexities of the dry dock repair process, ensuring compliance with standards and efficient execution of the required work while maintaining operational readiness of the vessel, thus demonstrating the Coast Guard’s commitment to maintaining its fleet capabilities.
    The document outlines the requirements for developing a Preservation Plan for coating systems intended for vessels. Each section specifies critical elements such as vessel name, contractor information, work item numbers, surface preparation standards, and environmental conditions necessary for effective coating application. It emphasizes proper surface preparation, adherence to manufacturer storage requirements, acceptable anchor tooth profiles, and specified color codes. Key requirements include detailing the composition and layering of various coatings, like primers and topcoats, and establishing target dry film thickness (DFT), cure times, and recoat intervals. Moreover, documentation for quality assurance is mandated, involving measurements for surface profile and coating thickness, along with verification by both the contractor and coatings inspector. The completeness of the Preservation Plan ensures compliance with federal and state guidelines, emphasizing safety and environmental criteria in the coatings application process. This structured approach aims to uphold the integrity of marine vessels while aligning with government standards for maintenance and repairs.
    The Work Item Standards and Specifications (WISS) document outlines comprehensive guidelines for the maintenance and repair of Coast Guard vessels managed by the Surface Forces Logistics Center (SFLC). It defines generic maintenance, service, and administrative actions, ensuring clarity in procedure execution. Key components include the identification and classification of configuration items, specified terminology, and detailed procedures for activities like inspections, repairs, and evaluations. Critical to the document is the emphasis on safety and environmental compliance. It prescribes an Environmental Protection Plan that must address hazardous material handling, alongside fire prevention and response protocols during contract execution. Detailed requirements for quality assurance, fire safety, and management of interferences during maintenance are included to protect both personnel and assets. The document ultimately serves as a vital framework ensuring the Coast Guard's operational readiness, safety, and adherence to federal regulations in vessel maintenance and repair operations.
    The document addresses a question regarding the availability of an alternate vessel for a site visit associated with a federal offer due date. It confirms the possibility of identifying other cutters for this purpose, facilitating compliance with the requirements set forth in government RFPs. Interested parties are directed to reach out to specific Coast Guard officers, CWO John Woods and LTJG Cooper Willis, for additional details. This interaction underscores the importance of maintaining open communication during the procurement process and enables potential bidders to complete necessary evaluations before the submission deadline, reflecting the operational flexibility within federal contracting practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    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 Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    Aviation Availability: USCGC ALERT FY25 AA
    Active
    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 ALERT (WMEC-210B) during fiscal year 2025. The procurement involves a range of maintenance tasks, including cleaning and inspecting aviation fuel tanks, conducting load tests on power supplies, and adhering to environmental regulations and safety protocols throughout the repair process. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and operational standards set by the U.S. Coast Guard. Interested parties should contact Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or 206-815-4330, with the performance period scheduled from January 6, 2025, to February 4, 2025, and a total small business set-aside designation under FAR 19.5.
    USCGC Richard Dixon DS FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide dockside repairs for the USCGC Richard Dixon (WPC-1113) as part of the fiscal year 2025 maintenance schedule. The procurement focuses on comprehensive maintenance activities, specifically the 16,000-hour maintenance tasks for the vessel's Main Diesel Engines, adhering to stringent safety and environmental guidelines. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and emphasizes the federal government's commitment to promoting equitable access for minority-owned enterprises. Interested parties should contact Maryjean Falkenstein or Jaime R. Smith for further details, with the solicitation number 70Z08024QPBPL0045 and submission deadlines outlined in the draft solicitation document.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    Fiscal Year 2025 West Coast (CONUS + Alaska & Hawaii) General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking multiple small business contractors for the Fiscal Year 2025 West Coast General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC). This procurement aims to establish contracts to support ship repair requirements at various locations on the West Coast, Alaska, and Hawaii, including tasks such as compressor overhauls, pipe renewals, and valve repairs. The services are critical for maintaining the operational readiness of the U.S. Navy's Combat Logistics Force, which provides essential supplies and support to Navy ships at sea. Interested contractors must submit their proposals, including past performance evaluations, by the specified deadlines, and can contact Rey Estrada at amador.r.estrada.civ@us.navy.mil or Charles Reeves at charles.t.reeves7.civ@us.navy.mil for further information.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.