USCGC Willow towing to home port
ID: 70Z085Q250011991Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 3:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide towing services for the Coast Guard Cutter (CGC) Willow, which is currently unable to propel itself due to an engineering casualty. The contractor will be responsible for supplying the necessary towing equipment, rigging, and qualified personnel to facilitate the vessel's transit from Curtis Bay, Maryland, to Charleston, South Carolina, while adhering to all applicable federal, state, and local regulations. This towing operation is critical for the CGC Willow's return to its home port for repairs, and it emphasizes a collaborative approach between the contractor and the Coast Guard to ensure safety and compliance throughout the process. Interested parties should contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details, with a planned departure date of April 24, 2025, and a secondary date of May 1, 2025.

Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
The document outlines the requirements for towing services for the Coast Guard Cutter (CGC) Willow, which lacks propulsion due to an engineering casualty. The towing service aims to facilitate the vessel's transit from Curtis Bay, MD, to Charleston, SC. Key responsibilities for the contractor include providing necessary towing equipment, rigging, and qualified personnel, and conducting operations in compliance with federal and local regulations. A pre-towing conference must be held 48 hours before departure to discuss the towing plan and emergency procedures, which must include various safety measures and communication strategies. Towing operations must primarily occur during daylight, be monitored continuously, and adhere to specific weather conditions, including wind speed not exceeding 25 knots. The contractor may sub-contract the towing service but must ensure fair wages for all involved. The document emphasizes a collaborative approach between the contractor and the U.S. Coast Guard for effective execution of the tow. Contact information for involved Coast Guard personnel is also provided for coordination purposes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
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.
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.
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.
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 repair services for the USCGC JAMES (WMSL-754) during fiscal year 2025. The contractor will be responsible for providing all necessary labor, materials, and services to perform repairs and alterations at the cutter's homeport in North Charleston, South Carolina, from May 8 to July 30, 2025. This procurement is crucial for maintaining the operational readiness of the vessel, ensuring compliance with Coast Guard standards, and includes specific tasks such as tank cleaning, fire detection system modifications, and cargo handling equipment maintenance. Interested parties should contact Sherri Ore at sherri.s.ore@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil for further details, and must adhere to the submission deadlines outlined in the solicitation documents.
CGC Sequoia reduction gear repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking specialized technical services for the repair of the reduction gear on the USCGC Sequoia (WLB-215) following a significant failure involving the generator pinion and PTO shaft. The primary objective is to conduct a thorough inspection of the lubrication system to identify potential blockages, confirm proper lubrication flow, and assess the current temperature monitoring capabilities, with the aim of preventing future failures. This opportunity is critical for maintaining the operational readiness of the vessel, which recently experienced a reduction gear casualty attributed to lubrication issues. Interested parties should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details, with the work scheduled to take place on-site in Port Huron, Michigan, for up to 7 days between April 30 and May 15, 2025.
Dock-side (DS): USCGC HOLLYHOCK FY25 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dock-side repairs for the USCGC HOLLYHOCK during fiscal year 2025. The scope of work includes comprehensive maintenance, repair, and associated support services, with the first task order's performance period set from August 4, 2025, to September 18, 2025, at the cutter's homeport in Honolulu, Hawaii. This procurement is crucial for maintaining the operational readiness and safety standards of the vessel, reflecting the Coast Guard's commitment to effective asset management. Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil for further clarification.
Refurbishment and Conversion of MX-4 Electric Tow Tractors to Model MZ
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking a contractor for the refurbishment and conversion of four MX-4 Electric Tow Tractors to Model MZ. The primary objective is to replace outdated components, particularly the Ballard Traction Inverter Modules, and to implement necessary service bulletins, ensuring the tractors meet operational standards for aircraft movement and equipment transport. This procurement is critical for maintaining the operational readiness of the Coast Guard's ground handling equipment. Interested parties must submit their quotations by April 23, 2025, at 4:30 p.m. Eastern Time, with the anticipated award date on or about April 24, 2025. For further inquiries, contact Geneva James at geneva.k.james@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.