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
    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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repair of the USCGC Cypress (WLB-210), a 225-foot buoy tender, scheduled for fiscal year 2025. The procurement involves approximately 117 maintenance tasks, including inspections, preservations, and repairs, to be completed over a projected 99-day period from September 8 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring the Coast Guard's capabilities in maritime operations. Interested parties must respond by April 4, 2025, providing information on their business size, capabilities, past performance, and relevant certifications, with inquiries directed to Ou Saephanh at Ou.T.Saephanh@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil.
    DOCKSIDE: CGC THETIS DS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside services for the USCGC Thetis (WMEC-270B) during its fiscal year 2025 dry-docking period. The procurement includes a range of maintenance and inspection tasks, such as cleaning and inspecting fuel tanks, replacing components, and overhauling machinery, all aimed at ensuring the vessel's operational readiness. This opportunity is particularly significant as it is set aside for small businesses under the SBA guidelines, promoting diversity in federal contracting while adhering to strict compliance and safety standards. Interested contractors should submit their offers electronically by the specified deadline and may contact Petal Donald at petal.c.donald@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    WAESCHE FY26 –Dockside for maintenance/repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance and repairs of the USCGC WAESCHE (WMSL-751) during its fiscal year 2026 availability at its homeport in Alameda, California. Interested companies are required to provide information regarding their service availability from October 20, 2025, to January 12, 2026, along with their qualifications and past performance that demonstrate their capability to fulfill the contract requirements. This procurement is crucial for ensuring the operational readiness of the vessel, and it is set aside for small businesses under the SBA guidelines. Interested parties should contact Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or call 206-827-4342 for further details and to express their interest in participating in this opportunity.
    DRYDOCK: USCGC BAILEY BARCO DD FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock services for the USCGC Bailey Barco (WPC-154) for fiscal year 2025. The procurement involves comprehensive repairs and maintenance tasks, including hull inspections, propulsion system overhauls, and compliance with safety and environmental regulations. This contract is crucial for ensuring the operational readiness and integrity of the vessel, which plays a vital role in maritime safety and security. Interested parties should contact Torrie Jones at Torrie.M.Jones@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    DRYDOCK: USCGC MELVIN BELL DRYDOCK FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking of the USCGC Melvin Bell (WPC-1155) during fiscal year 2025. The procurement involves essential repairs and inspections of various systems, including propulsion shafting, hull plating, and onboard systems, with a focus on maintaining operational readiness and compliance with safety regulations. This contract is set aside for small businesses, particularly Women-Owned Small Businesses, and is expected to commence on September 2, 2025, with a completion date of December 30, 2025, contingent upon funding availability. Interested contractors should contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details.
    CGC MACKINAW AZIPOD MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of propulsion and non-propulsion systems aboard the USCGC MACKINAW (WLBB 30). This procurement focuses on annual on-site service, dockside and performance testing, technical consultation, and configuration management for propulsion components, particularly azipod units and transformers, which are exclusively supplied by ABB, the sole source provider. The maintenance is crucial for ensuring the operational readiness of the Coast Guard's fleet, adhering to defense acquisition regulations. Interested contractors must submit their qualifications and relevant documentation by March 24, 2025, at 10 AM Eastern Time, and can contact Sandra A. Martinez at Sandra.A.Martinez@uscg.mil for further information.
    Dry-dock (DD): USCGC KIMBALL FY25 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry-dock repairs of the USCG Cutter KIMBALL (WMSL 756) for fiscal year 2025. The procurement involves comprehensive maintenance and repair services, with the period of performance scheduled from May 13 to June 12, 2025, at the contractor's facility. This project is critical for ensuring the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Kyra May or Andrew G. Jacobs via the provided contact information.
    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.
    USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the FY25 dry-docking repairs of the Response Boat-Medium (RB-M) at the Station Los Angeles/Long Beach. The procurement involves comprehensive repair and maintenance tasks, including inspections, cleaning, and alterations to the vessel, with contractors required to provide all necessary labor, materials, and expertise as outlined in the solicitation documents. This contract is crucial for maintaining the operational readiness of the Coast Guard's maritime assets, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 5, 2025, and can contact Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil for further information.