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
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 29, 2025, 12:00 AM UTC
  3. 3
    Due Feb 12, 2025, 7:00 PM UTC
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
Jan 29, 2025, 2:05 PM UTC
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.
Jan 29, 2025, 2:05 PM UTC
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.
Jan 29, 2025, 2:05 PM UTC
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.
Jan 29, 2025, 2:05 PM UTC
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.
Jan 29, 2025, 2:05 PM UTC
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: USCGC RELIANCE FY25 DDS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the dry-dock maintenance of the USCGC Reliance (WMEC-210A) during Fiscal Year 2025. The procurement involves comprehensive repair and preservation tasks, including hull inspections, preservation of underwater components, and maintenance of propulsion systems, all aimed at ensuring the vessel's operational readiness and safety. This contract is significant for maintaining the Coast Guard's maritime capabilities and aligns with federal initiatives to promote small business participation, particularly among women-owned firms. Interested contractors should direct inquiries to Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or Kaity George at Kaity.George@uscg.mil, with the performance period set from August 20, 2025, to October 28, 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 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-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
DOCKSIDE USCGC EAGLE FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking contractors for dockside repairs on the USCGC EAGLE (WIX 327) as part of a Sources Sought Notice. The scope of work includes cleaning and inspecting various tanks, commercial cleaning of exhaust piping, renewing piping and deck systems, and conducting equipment inspections, with a performance period anticipated from October 15, 2025, to December 9, 2025. This initiative is crucial for maintaining the operational readiness of the vessel and ensuring that skilled contractors are engaged for timely repairs. Interested companies are encouraged to submit their capabilities and business classifications by May 5, 2025, and should register in the System for Award Management (SAM) for future solicitations. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or call 206-815-1163.
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.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
CGC HICKORY DRYDOCK REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for unplanned drydock repairs for the USCGC HICKORY (WLB 212), a 225-foot Juniper-Class buoy tender. The scope of work includes essential tasks such as fire prevention requirements, hull inspections, thruster overhauls, and the provision of temporary services, with the anticipated performance period set from June 3 to June 17, 2025. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and environmental protection. Interested contractors must submit their business size status, including classifications such as HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business, by April 25, 2025, to ensure compliance with federal contracting regulations. For further inquiries, potential bidders can contact Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
JAMES DS FY25 solicitation
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs and alterations to the USCGC JAMES (WMSL-418) for fiscal year 2025. The contractor will be responsible for providing all necessary labor, materials, services, and equipment to perform the required maintenance tasks, which include inspections, modifications, and repairs, at the vessel's homeport in North Charleston, South Carolina. This procurement is critical for ensuring the operational readiness and compliance of the Coast Guard vessel, with the performance period scheduled from May 19, 2025, to July 30, 2025. Interested contractors must acknowledge the solicitation amendment by May 1, 2025, and can contact Sherri Ore at sherri.s.ore@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil for further information.
UW Hull Clean, Inspect and Zinc Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the cleaning, inspection, and zinc renewal of the hull of the Coast Guard Cutter Douglas Denman at USCG Base Ketchikan, Alaska. The contractor will be responsible for performing underwater hull maintenance, including thorough cleaning, inspection, and renewal of zinc anodes, with services scheduled between May 12 and June 8, 2025. This maintenance is crucial for ensuring the operational integrity and longevity of the vessel, adhering to specific Coast Guard maintenance procedures and safety protocols. Interested contractors must submit their firm fixed-price proposals by April 28, 2025, at 12:00 PM Eastern Standard Time, and can direct inquiries to Cornelius Claiborne or Patricia Fremming via the provided email addresses.