DOCKSIDE: USCGC RAYMOND EVANS FY25 #1 MDE QL3+ & #2 MDE QL3
ID: 70Z08025QPBPL0009Type: 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 dockside repairs of the USCGC Raymond Evans (WPC-154) for fiscal year 2025. The procurement involves extensive maintenance tasks, including 16,000-hour and 8,000-hour servicing of the main diesel engines, cleaning of the underwater body, and renewal of zinc anodes, all of which require adherence to stringent safety and environmental regulations. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with federal standards while promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested parties can contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with proposals due in accordance with the solicitation timeline.

    Files
    Title
    Posted
    The document outlines a solicitation for the Women-Owned Small Business (WOSB) program, specifically addressing a contract for commercial products and services. It details critical information, including requisition and contract numbers, the effective date of the contract, the method of solicitation (RFQ), and delivery requirements. The solicitation involves a project for the U.S. Coast Guard, specifying important timelines, quantities, and payment terms. Key clauses included are those governing contractor obligations and rights, performance standards, and materials management, reflecting the compliance with federal regulations such as the Federal Acquisition Regulation (FAR) and Department of Homeland Security policies. It emphasizes safeguarding contractor information systems and encourages participation from diverse small business categories, including economically disadvantaged and veteran-owned entities. Provisions for potential changes in project scope, insurance requirements, access to vessel facilities, and procedures for reporting contract deficiencies are also outlined. This document serves as a formal request for quotations, inviting WOSBs to submit proposals while ensuring adherence to government standards and regulations in the procurement process, ultimately promoting opportunities for small businesses in federal contracting.
    The document serves as an amendment to a federal solicitation, detailing the acknowledgment procedures for contractors regarding changes made to an existing RFP. It requires offers to confirm receipt of the amendment by specific methods to avoid rejection due to late acknowledgments. The amendment includes responses to vendor inquiries related to technical specifications, primarily concerning the servicing and renewal of various engine components, with a clear focus on replacing parts as needed while allowing room for potential overhauls based on cost-effectiveness. The main topics highlighted are specific questions about the work items, such as the replacement of Charge Air Coolers and Fuel Injectors, and the type of oil used in engines. The amendment also reiterates that all other terms remain unchanged despite the updates provided in this document. By addressing contractor questions and providing a revised specification as an attachment, the amendment aims to clarify project expectations, ensuring that contractors are informed and compliant with the solicitation requirements. This amendment reflects typical practices in government contracting, aimed at promoting transparency and facilitating the procurement process while addressing potential disputes regarding service specifications.
    The document outlines the pricing schedule for the dockside availability maintenance of the USCGC Raymond Evans (WPC-154) for Fiscal Year 2025. It details specific maintenance tasks, including 16,000-hour and 8,000-hour maintenance for the main diesel engine (MDE), underwater body cleaning and inspection, and associated costs for labor, travel, and materials. The pricing includes both definite items with specified quantities and optional items to be awarded based on contract modifications. Crucially, it emphasizes the "Over and Above/Growth Work" aspect, illustrating that additional labor and material costs may be incurred beyond the estimated quantity of 691 hours, with specific percentages for markup. The document serves as a formal proposal in response to government requests for pricing related to maintenance and repair work, aiming to ensure compliance with regulations while facilitating the operational readiness of the vessel. The structure presents a clearly defined scope of work and associated costs, crucial for contract negotiation and execution in government contracts.
    The document outlines the specifications for dockside repairs of the USCGC Raymond Evans (WPC-154) for FY2025. It details general requirements for vessel repair by contractors, highlighting essential maintenance tasks, references for materials, inspection protocols, and environmental protection measures. Key work items include extensive maintenance for main diesel engines—specifically, a 16000-hour maintenance and an 8000-hour maintenance—requiring qualified technicians and stringent compliance with technical publications. Additionally, the document outlines the process for cleaning the underwater body and renewing zinc anodes. Safety and environmental considerations are emphasized, mandating adherence to federal and state regulations. The structured layout includes a revisions record, references, property listings, inspection requirements, and specific work item methodologies, ensuring contractors are aware of their obligations in executing the repairs while maintaining high standards of safety and quality control. This document is aligned with government RFPs, aiming to solicit bids while ensuring compliance and the efficient execution of maritime repair tasks.
    The document outlines the specifications for dockside repairs of the USCGC Raymond Evans (WPC-154) for fiscal year 2025, detailing maintenance tasks necessary to ensure the proper functioning of its main diesel engines and related systems. Major sections include a revision record, references, a list of government-furnished property, and critical inspection items that must be addressed early in the repair process. Key maintenance tasks include performing both 16,000-hour and 8,000-hour servicing on the main diesel engines, which involves inspecting, overhauling, and renewing various engine components, such as fuel pumps, air coolers, and turbochargers. Each task includes specific requirements for documentation and regulatory compliance, emphasizing environmental protection and safety protocols. The document establishes expectations for contractor performance and outlines requirements for inspections, protective measures, and reporting. Overall, it serves as a comprehensive guide to ensure repairs adhere to Coast Guard standards and ensure the vessel's operational readiness, reflecting appropriate management of federal resources in maintaining critical maritime assets.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    USCGC Kathleen Moore DS FY26
    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 Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    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.
    DOCKSIDE: USCGC JOSEPH TEZANOS FY26 DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside availability of the USCGC JOSEPH TEZANOS (WPC-154) for fiscal year 2026. The procurement involves comprehensive ship repair services, including overhauling specific components, cleaning, preservation, and structural repairs, with a performance period scheduled from April 27, 2026, to May 5, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring compliance with Coast Guard standards and environmental regulations. Interested small businesses are encouraged to submit their proposals, with inquiries directed to Christiana Rolack at christiana.a.rolack@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, as the solicitation emphasizes a total small business set-aside.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    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
    Homeland Security, Department Of
    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 inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    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.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.