James River Reserve Fleet_Drydocking PF-204 patrol boat
ID: 6933A224Q000014Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATIONMARITIME ADMINISTRATIONWASHINGTON, DC, 20590, 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
    Description

    The Department of Transportation's Maritime Administration (MARAD) is seeking qualified small businesses to provide dry docking services for the PF-204 Patrol Boat. The contractor will be responsible for all labor and materials necessary to perform the dry docking, which includes a range of tasks such as structural repairs, ultrasonic testing, and safety inspections, all to be completed within a 45-day period following the vessel's delivery to the contractor's facility in the Hampton Roads area of Virginia. This initiative is crucial for maintaining the operational readiness of the MARAD fleet and ensuring compliance with federal and local regulations. Interested vendors must submit their technical proposals and firm-fixed price quotes by September 11, 2024, and can contact Mr. Cory Lynch at cory.lynch@dot.gov or Mr. Robert McDermott at robert.mcdermott@dot.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government department seeks a contractor to oversee a complex IT infrastructure upgrade. This includes modernizing legacy systems, migrating data to the cloud, and implementing cybersecurity measures. The scope encompasses network architecture design, server and software integration, and comprehensive staff training. The contract emphasizes the need for seamless system transitions and robust security protocols, reflecting the critical nature of these operations. The department invites detailed proposals outlining a holistic strategy for these objectives, with a focus on cost-effectiveness and robust project management.
    The file GARMIN outlines a government request for a comprehensive GPS-based fleet management system. It seeks a cutting-edge solution to monitor and manage vehicle movements, optimizing operational efficiency and safety. The system should cover real-time tracking, route optimization, and comprehensive data analysis. This solution aims to enhance operational visibility, reduce costs, and improve fleet utilization for a more effective logistics management strategy. The focus is on a robust, secure system that integrates seamlessly with existing infrastructure, offering a transformative approach to fleet operations.
    Arine Hoist Inc. is seeking a contract to supply and deliver a new hoisting system with a capacity of 50 to 200 pounds. The equipment will be implemented for fleet security purposes, enhancing safety and efficiency in maritime operations. The bid, labeled PF-205, suggests it's a comprehensive project requiring careful consideration and detailed planning.
    The file pertains to a government procurement initiative, specifically the James River Reserve Fleet. The focus is on acquiring SiteMaster technology for managing and monitoring a fleet of vessels. It seeks to implement an efficient system for maintaining these vessels, likely for logistical and security purposes. The SiteMaster system will play a crucial role in ensuring the fleet's operational readiness and efficient utilization, indicating a comprehensive approach to fleet management. This procurement process appears to be a key step in enhancing the government's maritime capabilities and infrastructure.
    The file specifies in great detail the requirements and design of a 41-foot utility boat for the U.S. Coast Guard. It covers various aspects, from the boat's general characteristics and dimensions to its mechanical steering, cockpit layout, and electrical systems. The document also includes detailed plans for the boat's construction, incorporating bulkheads, web frames, and plating. Additionally, it addresses the cooling and exhaust systems for the engine, as well as the necessary modifications for the pilot house and deck. This comprehensive file serves as a crucial guide for the procurement of these specialized boats, ensuring that manufacturers can accurately interpret the specifications and produce vessels that meet the specified standards.
    The U.S. Department of Transportation's Maritime Administration (MARAD) has issued a Request for Quotations (RFQ) for dry docking services at PF 204. The solicitation (number 6933A224Q000014) was posted on July 31, 2024, with a response deadline set for September 11, 2024. This procurement is strictly for small businesses with an NAICS code of 336611 (Ship Building and Repairing). Vendors are required to submit technical proposals detailing their approach to the work, along with a firm-fixed price quote that includes materials and labor costs. A site visit can be arranged upon request. Key evaluation criteria for quotes include technical acceptability, delivery date, and pricing, with contracts awarded to the lowest priced responsible offeror meeting specified requirements. Contractors must maintain registration in the System for Award Management (SAM) and adhere to various Federal Acquisition Regulation (FAR) provisions addressing ethical work practices, subcontracting, and labor conditions. Additionally, MARAD encourages participation from minority, women-owned, and disadvantaged business enterprises (DBEs) through its Short-Term Lending Program, offering financial support for transportation-related contracts. Emphasis on compliance with safety, labor rights, and environmental regulations is woven throughout the contract requirements.
    The U.S. Department of Transportation, Maritime Administration (MARAD) has released a request for quotations (RFQ) for services and materials to dry dock and perform maintenance on the PF 204 vessel. This procurement is set aside for small businesses, with the North American Industrial Classification System (NAICS) code of 336611 and a small business size standard of 1300 employees. The scope of work includes dry docking the vessel, providing necessary tug services, and performing maintenance and repairs in accordance with the provided statement of work (SOW). The period of performance is expected to be within 45 days after delivery, and the place of performance will be at the contractor's facility within the Hampton Roads area. Vendors must submit their firm-fixed-price quotes, including itemized material costs and fully burdened labor rates, by the response date. The award will be made to the responsible vendor with the lowest total evaluated price, whose quote conforms to the technical, delivery, and price requirements. The technical submittal should include a narrative detailing the vendor's approach and understanding of the work, as well as a Gantt chart indicating the scheduled start and finish dates. The evaluation factors include technical acceptability, past performance, and price, with non-price factors evaluated on an acceptable/unacceptable basis. The RFQ includes detailed instructions for quotation submission, as well as a list of applicable provisions and clauses, such as those related to small business participation, equal opportunity, and contract terms and conditions. The RFQ also outlines the requirements for subcontracting, insurance, and indemnification, with the contractor assuming responsibility for acts and omissions of its employees and subcontractors. The contractor is expected to cooperate with the Department of Transportation during equal employment opportunity and anti-harassment investigations. Overall, this RFQ seeks to procure services and materials for the dry docking and maintenance of the PF 204 vessel, with a focus on small business participation and timely completion within the Hampton Roads area.
    The Statement of Work outlines the comprehensive dry docking and repair process for the PF-204 Patrol Boat, managed by the Maritime Administration (MARAD) under the Department of Transportation. The contractor is responsible for providing labor and materials required for the dry docking within a specified timeline and ensuring compliance with numerous regulatory bodies. Key services include mooring the vessel, fire protection, compressed air supply, structural repairs, ultrasonic testing, zinc replacements, hull cleaning, and painting. Additional tasks involve inspecting and reinstalling vital components such as rudders and propellers and conducting safety inspections throughout the process. The contractor must address any unexpected repairs through authorized change orders and must maintain the vessel's condition, ensuring all removed parts are retained and replaced appropriately. The project emphasizes high standards of shipbuilding practices, adherence to safety regulations, and meticulous documentation of repairs and inspections. This initiative reflects the MARAD's commitment to maintaining its fleet's readiness while ensuring adherence to federal and local requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    Marine Boatyard Repair and Maintenance Support LOT II for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for the Marine Boatyard Repair and Maintenance Support LOT II contract, aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area. The contractor will be responsible for delivering management, labor, material support services, and equipment necessary for depot-level repairs, alterations, and maintenance of various non-commissioned boats and associated systems. This contract is critical for ensuring the operational readiness of naval assets and will be awarded as a Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract, with a base year and four one-year ordering periods. Interested small businesses must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and can direct inquiries to primary contact Jake Grady at jake.a.grady2.civ@us.navy.mil or secondary contact Willie Ross at willie.r.ross.civ@us.navy.mil.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    Marine Boatyard Repair and Maintenance Support LOT I for the Mid-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for a Marine Boatyard Repair and Maintenance Support contract (N50054-24-R-0007) aimed at providing comprehensive repair and maintenance services for U.S. Navy vessels in the Hampton Roads area, primarily within a 100-mile radius of Naval Station Norfolk, Virginia. The contract will be structured as an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC), with a base year and four one-year ordering periods, focusing on depot-level repairs, maintenance, and alterations, while ensuring compliance with safety and environmental regulations. This procurement is designated as a Total Small Business Set-Aside, with the applicable NAICS code being 336611 (Ship Building and Repair), and interested contractors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) solicitation module by the specified deadlines. For further inquiries, contractors may contact Jake Grady at jake.a.grady2.civ@us.navy.mil or Kevin Cooper at kevin.r.cooper20.civ@us.navy.mil.
    CE-MVN U.S. Dredge Wheeler Drydocking and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor to drydock and repair the US Hopper Dredge WHEELER. The contractor will be responsible for steel repairs, rehabilitation of dredging systems, maintenance and repair of internal tanks, propulsion and steering systems, support systems, and painting of the ship. The dredge has specific dimensions and displacement. Drydocking facilities must be available between September 2024 and December 2024 within 2,000 nautical miles of New Orleans. The solicitation will be issued as an Invitation For Bid (IFB) with a value between $10,000,000 and $25,000,000. Interested vendors must be registered in SAM under NAICS code 336611. The solicitation documents will be posted on www.sam.gov. The wages and benefits of service employees must meet the Department of Labor standards. Interested parties should contact Francesca deBoer or Christopher Nuccio for more information.
    USS HERSHEL "WOODY" WILLIAMS (ESB 4) Lay Berth and Regular Overhaul
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's MSC Norfolk, is seeking proposals for the lay berth and regular overhaul of the USS Hershel "Woody" Williams (ESB 4). The project involves preparing for and executing the lay berth and regular overhaul/Underwater Inspection in Lieu of Drydocking (ROH/UWILD) as specified in the solicitation, with performance periods anticipated from April 2025 through September 2026. This contract is crucial for maintaining the operational readiness of the vessel and is set aside for small businesses, reflecting the agency's commitment to fostering competition among smaller firms. Interested parties should note that the solicitation will be available on or about September 18, 2024, and must contact Damian Finke at damian.w.finke.civ@us.navy.mil or Ian L Keller at ian.l.keller.civ@us.navy.mil for further details, including the necessary non-disclosure agreement to access sensitive technical data.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.