Blast, Paint, Preserve TB60-65 ALLIED MARINE CRANE for USCGC HEALY
ID: 70Z029QNEWO5063Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Electroplating, Plating, Polishing, Anodizing, and Coloring (332813)

PSC

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

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 a contractor to perform media blasting, painting, and preservation of the TB60-65 Allied Marine Crane for the USCGC Healy at the Schlimme Industrial Facility in St. Louis, Missouri. The contractor will be responsible for removing existing coatings, preparing crane components, and applying specified coating systems while adhering to Coast Guard standards and environmental regulations. This project is critical for maintaining the operational integrity and safety of the Coast Guard's marine equipment. The work is scheduled to commence on March 17, 2025, and conclude by April 10, 2025. Interested parties should contact Robert Henson II at robert.c.henson@uscg.mil or 504-253-4513 for further details.

    Files
    Title
    Posted
    The Coast Guard's Coatings and Color Manual (COMDTINST M10360.3D) outlines the standards and policies for the application of coatings and colors on cutters and boats, emphasizing safety, environmental compliance, and operational effectiveness. It mandates adherence to previous directives while updating several chapters to enhance coatings management and safety protocols. Key changes include a restructured chapters system and the relocation of appendices and previous chapters into new technical specifications, reflecting a streamlined approach to vessel maintenance. The manual details safety and occupational health considerations during painting operations, including hazard management and required personal protective equipment. It places a significant focus on environmental laws governing coatings, prohibiting toxic materials in paints and limiting volatile organic compounds (VOCs). Proper waste disposal and regulations surrounding hazardous waste management are emphasized, ensuring minimal environmental impact. The manual also specifies color codes for safety and identification across various operational contexts, enhancing safety measures aboard Coast Guard vessels. By providing a comprehensive framework for coating practices, this manual aims to ensure the safety of personnel while maintaining the integrity of operations within the parameters of environmental and regulatory standards.
    The document outlines the instructions for offerors submitting proposals for federal contracts related to commercial products and services, emphasizing compliance with procurement regulations. It specifies the North American Industry Classification System (NAICS) codes and small business size standards applicable to the acquisition process. The instructions detail the required components for submissions, including solicitation numbers, technical descriptions, pricing, and past performance information. Offers must adhere to strict deadlines and submission formats while allowing for multiple submissions. It emphasizes the importance of the acceptance period for offers, particularly the need for firm pricing for 30 days. The document also delineates the evaluation criteria, focusing on the government's preference for the most advantageous proposals considering factors like technical capability and cost. It highlights additional representations and certifications related to various business classifications, including small and disadvantaged businesses. Overall, this guidance is essential for fostering competition and ensuring fairness while promoting the participation of diverse businesses in federal contracting, thus supporting the broader goals of governmental procurement policies.
    The document outlines the requirements for a Contractor to media blast and paint various parts of Allied Marine Cranes at the Coast Guard’s Schlimme Industrial Facility in St. Louis, MO. The work is scheduled to begin on March 17, 2025, with completion by April 10, 2025. The contractor must supply all materials, transportation, and labor, ensure work is conducted indoors to control environmental conditions, and adhere to specific Coast Guard standards. Key tasks include removing existing coatings by sand-blasting, preparing crane components for painting, and applying specified coating systems (AMERON Dimecoat 9HS or compatible) while following clear thickness guidelines for primer, mist, and top coats. Throughout the project, inspections by the Coast Guard are mandated after each stage of coating application. The contractor is also responsible for compliance with environmental regulations and proper disposal of hazardous materials generated during the process. Effective communication with the Project Manager for arrangements related to transportation and scheduling is emphasized to ensure project efficiency and safety.
    The document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) program for the preservation of the TB60-65 Allied Marine Crane by the U.S. Coast Guard. The requirement includes blasting and painting approximately 1500 square feet of crane parts in accordance with a specified Statement of Work (SOW), with quality assurance inspections conducted by USCG personnel throughout the process. The acquisition is designated as unrestricted, with a North American Industry Classification Standard (NAICS) code of 332813 and a size standard for a firm with 1,200 employees. The period of performance is between March 17 and April 10, 2025, and the contract is structured as a firm fixed-price offer. Bidders must register on SAM.gov and have a current Unique Entity Identifier (UEI) number. The evaluation process will prioritize the lowest price. The inclusion of Federal Acquisition Regulation clauses and labor wage rates ensures compliance with legal standards. This solicitation underscores the government's efforts to promote small business participation in federal contracts while maintaining quality and safety standards.
    The SFLC Standard Specification 0000 outlines general requirements for conducting ship repair availabilities for Coast Guard vessels. This document includes extensive definitions of acronyms and terms relevant to the tasks, emphasizing the importance of safety measures, environmental protection, and adherence to applicable regulations. It details specific responsibilities for contractors regarding quality assurance, work support, inspections, and the management of hazardous materials. Contractors must implement comprehensive plans for severe weather events, and ensure proper sanitary facilities and environmental protections are in place. The document also addresses safety protocols, including lockout/tagout systems, and mandates the use of qualified personnel during critical work tasks. By establishing stringent operational standards and responsibilities, the specification aims to ensure both the safety of personnel and the integrity of the vessels. This standard is essential for contractors engaged in ship repair and aligns with government expectations for quality and accountability in federal and local engagements.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, highlighting minimum wage requirements and wage rates for various occupations across specific Illinois and Missouri counties. It specifies that contracts signed after January 30, 2022, are subject to Executive Order 14026, requiring at least $17.75 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, mandating a minimum of $13.30 per hour. The document lists detailed wage rates for numerous occupations, including positions in administrative, automotive, healthcare, and technical fields, along with associated fringe benefits such as health and welfare, vacation, and sick leave provisions under Executive Order 13706. Additionally, it outlines the conformance process for unlisted job classifications and stresses the significance of following proper wage and labor regulations to ensure fair compensation for workers under federal contracts. This information is imperative for contractors and entities involved in federal procurement, ensuring compliance with labor standards for service contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Crane
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide crane and forklift services for the removal and installation of the MK15 Close-In Weapon System (CIWS) on the USCGC BERTHOLF at the Coast Guard Base in Alameda, California. The project requires a crane with a maximum outrigger load of 100 kips and a lifting capacity exceeding 30 tons, along with a forklift capable of lifting at least 20,000 lbs, with certified operators mandated for the operational period from March 17 to April 21, 2025. This operation is critical for maintaining the operational schedule of the USCGC BERTHOLF, highlighting its significance to the Coast Guard's capabilities. Interested parties should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    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 (DS): USCGC STRATTON FY25 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repair of the USCGC Stratton (WMSL 752) scheduled for fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning and inspecting tanks, conducting preservation activities, and ensuring compliance with safety and environmental regulations. This opportunity is critical for maintaining the operational readiness and integrity of the Coast Guard's fleet. Interested contractors can reach out to Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil or call 510-316-4544 for further details regarding the specifications and requirements.
    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.
    BUILD, INSTALL, TEST SHAFT SEALS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to build, install, and test propulsion shaft seals for the Coast Guard Cutter Harold Miller at the USCG Yard in Baltimore, Maryland. The project requires contractors to perform tasks such as cleaning and inspecting existing components, renewing expendable parts, and ensuring compliance with safety and environmental regulations, with work scheduled to commence around May 14, 2025. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with quality management standards. Interested small businesses must submit their proposals by March 19, 2025, to the designated contact, SK2 Tyrone Johnson, at TYRONE.W.JOHNSON@USCG.MIL, with a firm fixed-price purchase order awarded to the lowest priced technically acceptable vendor.
    USCGC MIDGETT BALLAST TANK MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of the USCGC MIDGETT (WMSL 757) through a combined synopsis/solicitation for ballast tank maintenance. The project entails cleaning and inspecting a ballast tank at a Coast Guard facility in Honolulu, Hawaii, with contractors responsible for material procurement, protective measures, waste disposal, and conducting operational tests before and after repairs. This maintenance is crucial for ensuring the operational readiness and structural integrity of the vessel, reflecting the Coast Guard's commitment to safety and functionality in fleet maintenance. Interested parties should contact Brenden Cox at brenden.s.cox@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil for further details, with the performance period set from April 9, 2025, to July 1, 2025.
    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) for fiscal year 2025. The procurement involves essential repairs and inspections, including work on the propulsion shafting, hull plating, and various onboard systems, with a focus on maintaining operational readiness and compliance with safety regulations. This contract is particularly significant as it supports the maintenance of military maritime assets, ensuring they meet operational capabilities while adhering to environmental protection standards. Interested parties, especially Women-Owned Small Businesses, must submit their proposals by the specified deadlines, with the contract expected to commence on September 2, 2025, and conclude by December 30, 2025, contingent on funding availability. For further inquiries, contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for unplanned dockside repairs of the USCGC Paul Clark (WPC-154) during fiscal year 2025. The contract will focus on the renewal of propulsion reduction gear assemblies and requires adherence to a firm fixed price structure, with a performance period from March 31, 2025, to May 26, 2025. This procurement is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring compliance with Coast Guard standards and federal regulations. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and must acknowledge receipt of any amendments to the solicitation by the specified deadlines.
    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.