Dockside: USCGC STONE DS FY25 FQ3
ID: 70Z08525RLREP0003Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, 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 soliciting proposals for dockside repair services for the USCGC STONE (WMSL-418) for Fiscal Year 2025, with the contract set aside for small businesses. The procurement involves comprehensive maintenance and inspection tasks, including air conditioning systems, tank cleaning, and preservation work, all aimed at ensuring the vessel's operational readiness and compliance with regulatory standards. This opportunity underscores the importance of maintaining the Coast Guard's fleet and supports federal initiatives to engage small businesses in government contracting. Interested vendors should direct inquiries to Richard Rawlings or Mark Cap via email, with the solicitation details available under number 70Z08525RLREP0003.

    Files
    Title
    Posted
    The document outlines the solicitation for dockside repair services for the United States Coast Guard Cutter (USCGC) STONE under solicitation number 70Z08525RLREP0003. The primary objective is to engage a contractor to perform maintenance and repair services at the cutter's home port in North Charleston, South Carolina, with a focus on ensuring compliance with contract specifications and deadlines. The contract is set aside specifically for women-owned small businesses, aligning with federal initiatives promoting equality in government procurement. The tender details the scope of work, including various inspections, maintenance tasks, and the conditions for the submission of proposals. It also specifies that the acquisition follows streamlined procedures for commercial services, emphasizing the need for the contractor to manage inspections and maintain all associated records. Essential clauses concerning contract administration, payment procedures, inspection requirements, and compliance with environmental regulations, including handling hazardous materials, are incorporated. Ultimately, the document illustrates the government's commitment to engaging small businesses in federal contracting, ensuring thorough quality standards, and maintaining operational readiness for its fleet during scheduled repairs and maintenance work.
    The USCGC STONE (WMSL-418) Dockside Availability specification outlines required repairs and maintenance for the vessel, scheduled for FY2025. The document includes detailed directives on numerous work items, ranging from grooming air conditioning plants and refrigeration systems to inspecting fire detection systems and tanks. Each work item specifies tasks, required inspections, and compliance with Coast Guard and regulatory standards. The document also includes a consolidated list of government-furnished items, critical inspection items, and various technical references, including Coast Guard publications and other standards for welding, safety, and electrical systems. Emphasis is placed on quality control during maintenance operations to ensure compliance with environmental regulations and safety standards. Contractors are responsible for submitting comprehensive plans and documentation, including fire and safety plans, while ensuring that all services meet specified operational requirements. Overall, the specification reflects the meticulous standards the Coast Guard maintains for vessel upkeep and operational readiness, ensuring that all contractors adhere to high-quality expectations during the dockside availability period.
    The document outlines the pricing schedule for the dockside availability of the USCGC Stone (WMSL-418) for Fiscal Year 2025. It lists various maintenance and inspection services required, including air conditioning plants, refrigeration systems, tank cleaning, and preservation tasks, with each item denoted with a specific job code. The pricing information includes unit prices, quantities, and total extended pricing for definite and optional items, though the totals are currently unspecified. It also features a composite labor rate, general and administrative (G&A) factor, and profit factor calculations. Additionally, the document details various labor roles and rates across multiple geographical locations, emphasizing the labor market's geographical variation. This file is part of government procurements, reflecting the U.S. Coast Guard's operational budgeting for vessel maintenance and ensuring statutory compliance through proper inspections and certifications.
    This document outlines the procedures for submitting questions by vendors related to the Request for Proposal (RFP) for dock-side repairs of the USCGC Stone (WMSL-758) for fiscal year 2025. Offerors must pose their inquiries in writing, ensuring to include their name and a reference to the relevant specification paragraph. All questions should be directed via email to designated representatives, Richard Rawlings and Mark Cap, at their official Coast Guard addresses. The structure of the response to each question will consist of the vendor's name, the specification paragraph referenced, the question posed, and the Coast Guard's response. This process ensures clarity and facilitates communication between the vendors and the Coast Guard, ultimately supporting a transparent solicitation process for dock-side repairs.
    The document is the HSAM Appendix G Class Checklist for Controlled Unclassified Information (CUI) used in government procurement processes. It aims to ensure proper handling and safeguarding of CUI during contract actions, particularly when contractors may have recurring access to government facilities or sensitive information systems. The checklist includes sections for assessing contractor access to various types of CUI, defining retention and security requirements, and addressing privacy compliance needs. The estimated value for related contract actions is $348 million, with a scheduled expiration in August 2029. The document mandates that contract proposals must include specific security clauses if contractor access to CUI is confirmed. Additionally, it outlines procedures for coordinating with various security and privacy officers within the U.S. Coast Guard (USCG) to ensure compliance and thorough review before submission. Failure to comply with checklist requirements may result in a return of the procurement request. Overall, this checklist serves to uphold security and privacy standards while facilitating the procurement of services necessary for the maintenance and repair of USCG vessels.
    The Past Performance Information Form is an essential part of the solicitation process for federal grants and requests for proposals (RFPs). It captures critical details regarding an offeror's past performance related to specific contracts. The form requires information including the offeror's name, contract number, customer information, total dollar value of the contract, and the period of performance. Furthermore, it necessitates a detailed description of the work performed, highlighting its relevance to the current solicitation. Additionally, any subcontractor involvement is to be detailed, specifying the extent of their work and the annual dollar value of subcontracts. This structured framework is crucial for evaluating the offeror's capability and experience, ultimately assisting decision-makers in assessing proposals effectively and ensuring alignment with project objectives and compliance with federal standards.
    The document outlines the designated working hours for cutter operations, specifying general work hours from Monday to Saturday, 0700-1900, and hot work hours during the same period from 0800-1900. It further details that transfers of fuel, oil, and water, as well as the operation of major machinery, are restricted to weekdays between 0700-1900. Work is also permitted on federal holidays within these hours. If contractors wish to operate outside these specified time frames, they must provide advance notice to the Contracting Officer's Representative (COR). This set schedule is crucial for managing contractor activities effectively and ensuring compliance with operational standards.
    The document outlines access requirements and procedures for contractors seeking entry to the Federal Law Enforcement Training Centers (FLETC) at Charleston. It specifies that U.S. citizen contractors must obtain a FLETC ID Badge by submitting the requisite forms at least 14 days in advance, while foreign nationals must provide additional documentation and submit forms 30 days before access. All contractors are subject to security checks, including fingerprinting. The access protocols emphasize precise entry dates to avoid delays and recommend extending the "Work Stop Date" to manage potential contract extensions. Contractors must follow strict security measures, including wearing IDs and checking in at the visitor center, where they will also complete the required parking pass applications. Additionally, contractors can use designated areas for storing equipment but need prior approval for heavier materials. Sanitation facilities must meet specific guidelines, with portable toilets not allowed on the pier. The document stresses compliance with FLETC policies, including proper form submission practices to maintain secure access. This guidance is critical for ensuring contractor readiness and compliance within the structured environment of federal operations, reflecting the importance of security in government and federal contracting activities.
    The document provides instructions for scheduling ship checks for interested vendors regarding cutters during a specific solicitation period. It identifies the primary and alternate contacts within the U.S. Coast Guard, namely LTJG Jack Duffy and LT Liam Middleton, along with their contact details. The document specifies that vendors must fulfill facility access requirements at the cutter's home port. It highlights the USCGC Hamilton as one of the cutters available for inspection between February 18 and March 18, 2025, while noting that cutter availability may change without prior notice. For accurate scheduling, vendors are encouraged to confirm availability directly with the Port Engineer. This document is part of the federal government's process to facilitate vendor engagement in ship checks, ensuring compliance with access protocols and operational schedules.
    The document focuses on the establishment of a federal grant program designed to support local initiatives aimed at improving community resilience against climate change impacts. It outlines the key objectives, including funding projects that enhance infrastructure, promote sustainable practices, and foster community engagement. The program prioritizes projects that incorporate innovative technologies and demonstrate potential for long-term benefits to the community. Additionally, the document provides guidelines for applicants, detailing eligibility requirements, application procedures, and evaluation criteria. It emphasizes collaboration among stakeholders, including local governments, nonprofits, and community organizations, to leverage resources and enhance project effectiveness. The expected outcomes include increased community involvement, enhanced preparedness for environmental challenges, and a framework for sharing best practices across regions. In summary, the initiative serves as a strategic investment in local resilience efforts, encouraging communities to proactively address climate change while fostering sustainable development and collaboration.
    Lifecycle
    Title
    Type
    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 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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.