Cutter Boat - Aids to Navigation - Small (CB-ATON-S)
ID: 70Z02325R93270001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

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 proposals for the Cutter Boat - Aids to Navigation - Small (CB-ATON-S) under a total small business set-aside contract. The objective of this procurement is to produce and deliver trailerable cutter boats designed to enhance operations in the Inland Waterways and Western Rivers, replacing the current Inland Tender Fleet to ensure efficient construction, maintenance, and repositioning of navigational aids. This initiative is critical for maintaining navigational safety and operational efficiency on U.S. waters, with a defined period of performance spanning five years and an optional two-year extension. Interested vendors must submit their proposals by March 4, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Coast Guard's Waterways Commerce Cutter (WCC) program is set to produce Cutter Boats for Aids to Navigation (CB-ATON-S) to enhance operations in the Inland Waterways and Western Rivers. The program aims to replace the current Inland Tender Fleet, ensuring efficient construction, maintenance, and repositioning of navigational aids. The Statement of Work outlines the responsibilities of the contractor, which include managing project deliverables, producing and outfitting boats, providing warranties, and delivering associated training. Specific tasks are categorized under various Contract Line Item Numbers (CLINs) including production, delivery, spares, and training development. The document emphasizes thorough project management practices, adherence to technical specifications, and detailed reporting requirements. The defined period of performance spans five years with an optional two-year extension, featuring yearly pricing structures. This initiative reflects the Coast Guard’s commitment to maintaining navigational safety and operational efficiency on U.S. waters through reliable and enhanced boat capabilities.
    The Waterways Commerce Cutter (WCC) Cutter Boats – Aids to Navigation – Small (CB-ATON-S) document outlines technical specifications for constructing, testing, and delivering a trailerable cutter boat designed for the U.S. Coast Guard (USCG). The CB-ATON-S will perform critical missions, including Aids-to-Navigation, Search and Rescue, and Maritime Law Enforcement. Key sections detail project management practices, operational capabilities, and system requirements, emphasizing performance in various environmental conditions and operational settings. The CB-ATON-S is designed for stability and buoyancy, capable of towing specified buoys, and requires a dual complement for operations. It outlines administrative, warranty, and logistical support requirements and includes specific technical standards for materials and construction quality to ensure durability against marine conditions. Overall, this document serves as a comprehensive guide for contractors bidding on the project, facilitating compliance with USCG standards while addressing safety, reliability, and maintainability in boat operations.
    The document outlines the Price Schedule and Evaluation Worksheet instructions associated with RFP No. 70Z02325R93270001 for the CB-ATON-S project. It specifies that Offerors must input unit prices for various Contract Line Item Numbers (CLINs) in the designated "Price Schedule" tab, which will inform the Evaluation Worksheet that calculates total evaluated prices based on the estimated ordering quantities. The evaluation process will utilize these prices to establish a maximum contract value for the US Coast Guard (USCG) and ensure uniformity during comparison. Specific instructions are provided for pricing structure, such as entering values in $100 increments for most CLINs and predetermined materials and labor hours for the CLIN X005 series. The document emphasizes adherence to the established pricing format to support future funding applications through Schedule SF-1449. Overall, it serves to streamline the pricing evaluation process for contract awards related to production, delivery, training, and associated services under the CB-ATON-S initiative, spanning a potential seven-year period. The instructions aid in ensuring compliance and accuracy in bids submitted by Offerors in response to the RFP.
    The document outlines the Past Performance Questionnaire for RFP No. 70Z02325R93270001, aimed at assessing the performance of prospective offerors on prior contracts. It details the information required from evaluators, including contractor information, contract periods, and a description of the contract effort, which should highlight complexity and relevant outcomes. The questionnaire includes predefined rating categories (Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory) based on performance against contractual requirements, accompanied by justifications for each rating. Evaluators must assess various aspects such as quality of product or service, scheduling, management, and regulatory compliance, using a drop-down rating system and offering comprehensive justifications for their assessments. The final assessment should guide recommendations for similar future requirements, underscoring the importance of thorough evaluation in government contracting processes. The submission deadline for completed questionnaires is February 18, 2024, to an indicated email address, positioning this assessment as crucial in ensuring accountability and high standards in federal procurement.
    The document outlines the questions and clarifications related to RFP No. 70Z02325R93270001 from the U.S. Coast Guard (USCG). Key responses confirm that the USCG will not accept proposals for composite hulls or multihull designs such as catamarans, specifying that the hull material must be aluminum. The report also addresses the vendors' request for a two-week extension on the solicitation response deadline due to holiday challenges. As a result, the USCG has extended the deadline for submission of proposals to March 4, 2025, and the questions and clarifications period has been extended by one week to January 24, 2025. This document is crucial for potential bidders, providing clarity on the requirements and timeline for this federal procurement process.
    This document serves as a Questions and Clarifications Form related to RFP No. 70Z02325R93270001, issued by the U.S. Coast Guard (USCG). The primary focus is on specifications for the hull structure of a vessel, explicitly stating that composite and multihull designs will not be accepted. It answers queries regarding deadlines, noting an extension for proposal submissions due to holiday scheduling, now set for March 4, 2025. The document clarifies Section 670.4, which details requirements for a tool kit that will be included with the vessel, ensuring it's equipped for basic maintenance and repairs during voyages. The tool kit must contain various hand tools and essential items like a flashlight, cable ties, and duct tape, indicating the government's emphasis on readiness and accessibility for maintenance in operational settings. Overall, this file is part of a broader effort to standardize proposals for vessel construction while ensuring that contractors understand the specifications and requirements necessary for compliance.
    This document is an official questions and clarifications form related to RFP No. 70Z02325R93270001 issued by the U.S. Coast Guard (USCG). Key clarifications include that the USCG will not accept proposals for composite or multihull designs; only aluminum hull structures are permitted. Additionally, a request for an extension of the proposal response date due to the holiday season was granted, moving the deadline to March 4, 2025. A clarification regarding tool kit requirements was provided, stating essential tools for basic maintenance must be included. Concerns about the acceptability of 5000-series tread plate for deck structures were addressed, indicating that it cannot be used without certification under ASTM B928-15 due to aluminum sensitization risks. Lastly, the Economic Price Adjustment clause for aluminum has been updated in the proposal. The document's objective is to ensure compliance and clarity for vendors submitting proposals, providing specific guidelines regarding materials and timelines.
    RFP No. 70Z02325R93270001 constitutes a formal document allowing potential bidders to seek clarification on the proposal requirements. This Questions and Clarifications form is designed to address inquiries related to the Request for Proposals (RFP) process. Consisting of numbered questions, the attachment indicates a structured approach for both agencies and contractors, ensuring transparency and understanding of the proposal expectations. The main purpose of this document is to foster clear communication between the government and prospective vendors, addressing any uncertainties that may arise during the proposal preparation phase. The outcomes of this interaction can significantly influence the quality and relevance of the bids submitted, ultimately impacting the project's success. By soliciting these clarifications, the government aims to enhance the accuracy of responses, promote competitive bidding, and ensure that the parties involved are adequately informed to meet the specified requirements.
    The document outlines the technical specifications for the United States Coast Guard's (USCG) Cutter Boat Aids-to-Navigation-Small (CB-ATON-S). This trailerable cutter boat is designed to support various missions, including Aids-to-Navigation (ATON), Search and Rescue (SAR), and Maritime Law Enforcement (MLE). Key specifications detail capabilities such as a minimum speed of 25 knots, a range of up to 80 nautical miles, and operational suitability in varying sea conditions. The boat is designed for a crew of up to six with essential equipment for recovery and towing capabilities. The guidelines emphasize safety, reliability, maintainability, and logistic support, including warranty requirements and data deliverables. The contractor is required to host regular meetings with the USCG and develop comprehensive maintenance plans, ensuring all components meet marine environmental standards. This document represents a strategic initiative to enhance the operational effectiveness of USCG missions on waterways, reinforcing the Coast Guard's commitment to maritime safety and navigation support.
    The document outlines the serial number parts listing for a specific hull identified as IWD CB, detailing various components and systems associated with a marine vessel. Key parts include the console, propulsion systems (diesel engines and shafting), steering mechanisms, and advanced communication equipment such as VHF/UHF radios. Additionally, it lists safety and operational systems such as the depth transducer, navigation equipment, and various crew communication headsets. Each item is categorized with designated serial numbers and manufacturers, indicating a structured inventory aimed at precise identification and cataloging. This document serves as a reference for federal procurement or maintenance processes, ensuring compliance with specifications for maritime operations and safety standards, which is critical in the context of government RFPs and grants for marine-related projects.
    The document outlines the Master Equipment Configuration List (MECL) Template for the Cutter Boat Aids-To-Navigation, small (CB-ATON-S) under Contract No. XXXXXXXXXXXXXXX. The MECL serves as a detailed inventory of equipment and components necessary for the installation on cutter boats, specifying logistics control numbers, provisioning document control numbers, and configuration item names. It includes essential details such as quantities, prices, Original Equipment Manufacturer (OEM) identifiers, and warranty durations. Each configuration item (CI) is categorized with a hierarchical coding system to facilitate organization within projects. Key fields in the MECL allow for noting maintenance requirements and lead times for component deliveries. This structured approach aims to ensure transparency and efficiency in government procurement processes related to boat aids-to-navigation, emphasizing compliance with federal requirements. The document highlights the importance of maintaining accurate records for all equipment to support operational readiness within the logistics framework of the United States Coast Guard.
    The "Standardized STINFO Markings Process Guide" outlines the procedures for managing Scientific and Technical Information (STINFO) within the U.S. Coast Guard (CG) and Department of Defense (DoD). Its primary purpose is to ensure personnel accurately recognize and assign appropriate STINFO markings for unclassified but limited-access technical information, promoting information availability while safeguarding sensitive data. Key processes include acquisition, maintenance availability, handling legacy documents, and dissemination of STINFO materials, with particular emphasis on compliance with security classifications and export controls. The guide details the roles of various personnel, including Commanding Officers, STINFO Managers, and Contracting Officers in the marking and handling process, establishing clear responsibilities and procedures. The document outlines the different distribution statements, detailing who is authorized to access the information based on its sensitivity. Additionally, it incorporates comprehensive training for staff to ensure awareness of STINFO policies and procedures. This publication serves as an essential resource for SFLC military and civilian personnel and contractors, ensuring adherence to government RFPs and grant requirements by effectively controlling and managing scientific and technical data while preventing unauthorized disclosure of sensitive information.
    The document outlines various categories and specifications relevant to naval warfare capabilities, emphasizing the development, management, and assessment of military systems related to air, surface, and underwater operations. It encompasses a comprehensive set of identifiers for weaponry applications and operational support capabilities, covering aspects like air weapons against different targets, strategic deterrents, and amphibious warfare. Additionally, topics include logistics, project management, life cycle costing, and ship system performance, which play crucial roles in ensuring operational efficacy and readiness. The structure consists of an exhaustive list, incorporating a total of over 1,200 specific entries, organized under main headers related to warfare systems, logistical support, and technical specifications. These entries indicate the document's purpose: supporting RFPs (Request for Proposals) and federal grants for defense contracts, providing needed standards for potential contractors and government entities engaged in military acquisitions. Thus, this extensive catalog serves as a foundational resource for guiding relevant stakeholders in ensuring compliance and alignment with military operational requirements.
    The Boat Management Commandant Instruction (COMDTINST 16114.4C) outlines the U.S. Coast Guard's policies for the lifecycle management of its boats, crucial assets for executing its mission. It establishes requirements for the management of over 1,650 operational boats valued over $1 billion and highlights effective resource utilization within the constraints of available funding. The document emphasizes accountability in boat operations, maintenance, and record-keeping, mandating compliance from all unit commanders. Major updates include revised boat allowance change procedures, an updated boat types listing, and enhanced support funding methods. Key points within the instruction include guidelines for boat type classifications, unit boat allowances, program hour management, and the procedures for approving changes to boat allowances. The Instruction is not legally binding but serves as comprehensive guidance for Coast Guard personnel, reinforcing efficient resource management. Furthermore, it evaluates environmental impacts, ensuring compliance with national regulations, and includes procedures for requests, documentation, and coordination at various levels before final approvals are granted. The emphasis on procedural adherence and clarifications aims to maintain operational readiness while optimizing the management of essential maritime assets.
    The Commandant Notice 16500 serves as a formal communication from the United States Coast Guard, detailing changes to the Aids to Navigation Manual - Technical (COMDTINST M16500.3A). The primary purpose of the notice is to implement updates to the manual that outlines guidelines for selecting, installing, and maintaining aids to navigation equipment. This comprehensive document contains numerous page revisions, elaborating on specific chapters related to buoys, sound signals, power systems, and light signals. The changes, including 64 pages of replaced material, primarily focus on new technical data, such as updated LED lantern specifications and power system data sheets. Additionally, the notice emphasizes compliance from Coast Guard personnel involved in navigation operations, ensuring adherence to revised standards. Environmental considerations were assessed, but found non-applicable. The manual's accessibility is also addressed, with instructions for requisitioning printed copies for relevant commands. In terms of context, this notice illustrates the Coast Guard's efforts to enhance maritime navigation safety through updated regulations and standards, highlighting the importance of ongoing maintenance and technological adaptation in navigation aids. The document's strategic updates align with the broader goals of federal grants and RFPs aimed at improving maritime operations and ensuring safety standards are met across the board.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contracting opportunity, aimed at acquiring commercial products and services through the federal procurement process. It includes essential details such as contract numbers, solicitation dates, and contact information for inquiries. The Request for Proposal (RFP) encompasses various items and services, primarily related to boat building, including the procurement of vessels, trailers, training services, and spare parts under a Firm Fixed Price contract type. The RFP is structured into specific sections detailing the Schedule of Supplies/Services, corresponding quantities, unit prices, and total award amount assessments. Suppliers must submit offers by specified due dates while adhering to FAR regulations concerning contract terms. The focus on WOSB and economically disadvantaged businesses indicates a commitment to promoting diversity in federal contracting opportunities, particularly within industries related to marine construction and transportation. This solicitation reflects the government's aims to engage small businesses while fulfilling its product and service requirements efficiently.
    The Women-Owned Small Business (WOSB) solicitation outlines a request for proposals (RFP) for commercial products and services required by the U.S. Coast Guard (USCG). The document provides essential information about the requisition, including contract numbers, effective dates, solicitation details, and submission deadlines. The acquisition is classified as unrestricted, inviting bids from a variety of businesses, particularly targeting those owned by women. The pricing model follows an Indefinite Delivery Indefinite Quantity (IDIQ) structure, emphasizing firm-fixed prices with various supply categories like boat building and training. The broader purpose of this solicitation is to facilitate contract awards to small and economically disadvantaged businesses, ensuring compliance with federal acquisition regulations. The document includes details about delivery terms, quantity estimates, and additional provisions necessary for potential contractors. Overall, this solicitation represents the government's commitment to enhance participation from women-owned businesses in federal contracting, supporting both economic growth and equality in the marketplace.
    This document is an amendment related to a federal solicitation, outlining changes in the proposal timeline and response requirements. Participants must acknowledge receipt of the amendment prior to the specified deadline, either by completing designated sections or via separate electronic communication. The amendment extends due dates for inquiries and proposal submissions: questions are now due by January 24, 2025, and proposals by March 4, 2025. It clarifies that contractors are not required to return signed copies of the amendment but must ensure their acknowledgment is received on time to avoid rejection of their offer. Additionally, it provides detailed instructions for modifying contracts, including necessary amendments and the effective date of changes. The overall aim is to ensure clarity and compliance during the solicitation process, facilitating the submission of proposals within the new timeframe while adhering to federal requirements.
    This government document details the procedures for acknowledging and modifying solicitation offers through a formal amendment process. Offers must acknowledge receipt of the amendment before the specified deadline using one of the outlined methods: performing specific documentation tasks or through electronic communication referencing the necessary solicitation and amendment numbers. Failure to submit acknowledgment on time may lead to rejection of the offer. It outlines the details of the amendment, including a section that addresses frequently asked questions. The document also emphasizes that, generally, the contractor does not need to sign and return the amendment unless otherwise stated. The document maintains a structured format, specifying instructions for various items related to contract modifications as per federal guidelines. Overall, it serves as a crucial communication tool, ensuring that all parties are informed of changes and requirements associated with federal solicitations and contracts.
    This document serves as an amendment to a solicitation, outlining the requirements for contractors to acknowledge receipt of the amendment before a specified deadline. Acknowledgment can be made by returning completed items or through separate communication citing relevant solicitation and amendment numbers. Failure to comply may lead to rejection of the offer. Modifications to existing proposals can also be communicated electronically before the deadline. The amendment details, including the project and solicitation numbers, effective date, and contact information, are provided. Additionally, it includes a clarification regarding the necessity of the contracting officer's signature and instructions for various items within the amendment format. Furthermore, updated technical specifications and government responses to queries have been posted online. The overall purpose is to ensure that collaborators respond properly to changes in solicitation requirements, maintaining transparency and compliance in government contracting processes.
    This document serves as an amendment to a federal solicitation, outlining essential procedures for the acknowledgment of receipt and modification of offers. It stipulates that contractors must confirm receipt of the amendment by specified methods, including completing designated items or sending a separate notification referencing the amendment. The failure to acknowledge receipt by the specified deadline may result in the rejection of the offer. The document provides details on various items, such as the contract ID, amendment number, effective date, and administration codes. Additionally, it clarifies that while the contractor is not required to sign the document, acknowledgment must still be communicated appropriately. The amendment addresses responses to previously submitted questions and includes attachments for clarification. Overall, it emphasizes the importance of compliance with all specified procedures and timelines in the RFP process, reflecting standard practices for federal contracts and modifications. This facilitates transparency and ensures all parties are informed of necessary changes during the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    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.
    Stern Boat Launch, Incinerator & OWS System FY26 on USCGC CALHOUN (WMSL 759)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and preservation of the Stern Boat Launch and Recovery System, as well as repairs on the USCGC CALHOUN (WMSL 759) for Fiscal Year 2026. The project includes Level II maintenance, inspection and testing of the incinerator, and grooming of the Oily Water Separator (OWS) System, with a requirement for OEM-authorized technical representatives for specialized equipment. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard vessel, with work to be performed at Carver Maritime in North Charleston, South Carolina, from January 12, 2026, to March 3, 2026. Proposals are due by December 18, 2025, and interested parties should contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or 510-501-5550 for further details.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    Shipbreaking of USCG 160' Inland Construction Tenders
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking interested vendors for shipbreaking services to dispose of up to 160’ Inland Construction Tenders deemed excess, located between St. Louis, Missouri, and Mobile, Alabama. The procurement involves dismantling, demilitarizing, and recycling or disposing of the vessels in compliance with local, state, and federal regulations, including the appointment of an Environmental Manager and adherence to stringent environmental protection measures. This opportunity is crucial for maintaining the USCG's operational efficiency and environmental responsibility. Interested firms must respond to the Sources Sought Notice by January 9, 2026, providing detailed information about their capabilities and past performance to Nichol Fitzpatrick at nichol.a.fitzpatrick@uscg.mil.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    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.