This government Request for Quote (RFQ) is for an Indefinite Delivery Requirements contract for ship repair services on the USCGC CYPRESS, homeported in Coast Guard District 17, Alaska. The solicitation is set aside for Women-Owned Small Businesses (WOSB) with a NAICS code of 336611 (Ship Building and Repairing) and a size standard of 1300 employees. Proposals will be evaluated on price, technical capability, and past performance, with technical capability and past performance being significantly more important than price. Offerors must submit separate emails for price, technical capability (including a Gantt Chart), and past performance information. The anticipated award date is December 19, 2025.
This document, a Request for Quote (RFQ) numbered 70Z08526QIBCT0004, outlines the requirements for an Indefinite Delivery Requirements contract for ship repair services for the USCGC CYPRESS. The solicitation, issued by Commander, USCG-SFLC-CPD 2, is set aside for Women-Owned Small Businesses (WOSB) and focuses on shipbuilding and repairing (NAICS 336611). Proposals are due by November 21, 2025, with an anticipated award date of December 19, 2025. Evaluation criteria prioritize Technical Capability and Past Performance equally, both significantly more important than Price. Offers must include a detailed price quote, a Gantt chart demonstrating technical capability, and past performance information, adhering to strict formatting and submission guidelines via email. The contract emphasizes compliance with federal regulations, including those concerning safeguarding contractor information systems and prohibitions on certain telecommunications equipment. Payment requests must be submitted electronically through the Invoice Processing Platform (IPP).
This government estimate outlines the proposed drydock availability for the USCGC CYPRESS (WLB-225B) in FY2025, detailing 110 definite and optional items for maintenance, inspection, overhaul, preservation, and renewal. Key tasks include comprehensive hull plating inspection and preservation, ultrasonic testing, appendage leak tests, and internal void and tank cleaning. Propulsion systems will undergo significant work, including shaft seal overhauls, bearing checks, and controllable pitch propeller maintenance. The estimate also covers extensive cleaning and inspection of various piping systems, heat exchangers, and ventilation ducts. Structural and mechanical components like rudders, thruster units, winches, anchor chains, and davits are slated for inspection and service. Additionally, the project includes preserving various accessible and non-accessible spaces, renewing cathodic protection, and upgrading electrical, steering, and generator systems. The document focuses on maintaining the vessel's operational readiness and ensuring regulatory compliance, with all items currently listed at a unit price of $0.00, indicating an initial scoping document for a future RFP or grant.
The USCGC CYPRESS (WLB 210) FY2025 Drydock Repairs specification outlines extensive maintenance and upgrade work for the vessel. The document details 110 work items, covering hull preservation, inspection, and repairs for underwater body, freeboard, and appendages. Key mechanical overhauls include propulsion shaft seals, controllable pitch propellers, sea water systems, and various diesel generators. The specification also addresses the inspection and servicing of crucial equipment such as rudders, thruster units, winches, and davits. Critical upgrades involve the steering system, fluxgate digital compass, and several hydraulic components. The project emphasizes adherence to numerous Coast Guard and NAVSEA drawings, technical publications, and industry standards, with a consolidated list of government-furnished property provided. This comprehensive plan ensures the cutter's operational readiness and compliance with safety and environmental regulations.
The Past Performance Information Form (Attachment 3) is a standardized document designed for offerors to provide detailed information regarding their past contract performance. This form requires the offeror's name, contract or order number, customer reference details (company name, address, point of contact, telephone, and email), and the total dollar value of the effort, including growth work, broken down by fiscal or calendar year. It also mandates the period of performance, including start and end dates and the number of time extensions. A crucial section requires a detailed description of the work performed, emphasizing its relevance to the current solicitation's scope. Additionally, offerors must list any subcontractors utilized, describe their scope of work, and provide the annual dollar value of their subcontracts. This form is essential for government agencies to assess an offeror's experience and capability in the context of federal government RFPs, federal grants, and state and local RFPs.
This document is an amendment to a solicitation (Amendment Number 70Z08526QIBCT00040001) for a federal government Request for Proposal (RFP). The purpose of this amendment is to address questions from potential offerors and to modify the solicitation details. Key changes include extending the solicitation closing date from November 19, 2025, to November 21, 2025, at 08:00:00, and clarifying that vendors must provide the name and location of their shipyard as per page 11 of the original solicitation. Offerors must acknowledge receipt of this amendment by one of three methods: completing specific items on the form, acknowledging it on each offer copy, or sending a separate communication. Failure to acknowledge the amendment by the specified deadline may result in the rejection of their offer. The amendment also outlines procedures for changing an already submitted offer. All other terms and conditions of the original solicitation remain unchanged.