Maintenance Procedure Card (MPC) Development and Drafting Support
ID: 70Z08525RLREP0006Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard's Surface Forces Logistics Center, is seeking contractors to provide Maintenance Procedure Card (MPC) Development and Drafting Support for the Long Range Enforcer (LRE) product line. The procurement aims to develop and update technical documentation for Hull, Mechanical, and Electrical (HM&E) systems across various cutter classes, ensuring compliance with U.S. Coast Guard standards and facilitating operational readiness. This contract, which spans from March 30, 2025, to March 29, 2030, includes multiple option years and emphasizes the importance of high-quality documentation in maintaining Coast Guard assets. Interested parties must submit their proposals by December 6, 2024, and can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or (510) 501-5550 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for Maintenance Procedure Card (MPC) Development and Drafting Support for the U.S. Coast Guard's Long Range Enforcer (LRE) Product Line. It describes the provision of technical documentation for Hull, Mechanical, and Electrical (HM&E) systems across various cutter classes, emphasizing the need for detailed maintenance instructions and engineering drawings compliant with USCG standards. The contractor is required to provide qualified personnel, including a Senior MPC Developer and Draftsman, with specific experience and qualifications related to Coast Guard assets. Additionally, the document details supervisory expectations, performance monitoring, and communication protocols between contractor and government personnel, including the submission of deliverables such as progress reports and a quality assurance program. The scope includes offsite work with requirements for proper access and security measures. The SOW serves to ensure the continuity and quality of support maintaining Coast Guard operational readiness and emphasizes the collaboration expected between contractor personnel and the Coast Guard. This is a federal initiative aimed at sustaining critical maintenance operations within the service.
    The document outlines a Request for Proposal (RFP) from the federal government regarding the development of Maintenance Procedure Cards (MPCs) for Hull, Mechanical, and Electrical (HM&E) systems within the U.S. Coast Guard. The contract, identified as Solicitation No. # 70Z08525RLREP0006, spans multiple option years from March 30, 2025, to March 29, 2030, with specific Labor Hourly Rates set for various roles, including MPC Developers and Draftsmen. The selected contractors will be responsible for creating comprehensible MPCs suitable for recent graduates of technical schools, adhering to established Coast Guard standards. Emphasis is placed on using the web-based Surface MPC Development Program and relevant technical references. Additionally, the RFP includes provisions for travel costs and a Contract Access Fee to reimburse the General Services Administration (GSA) for operational expenses. The structure includes detailed schedules for labor rates and estimated hours across four option years, reflecting a comprehensive approach to ensuring up-to-date and accessible maintenance documentation for critical Coast Guard operations. This RFP underscores the government’s commitment to enhancing operational reliability through effective technical support.
    The government Request for Proposal (RFP) # 70Z08525RLREP0006 seeks contractors to provide Maintenance Procedure Card (MPC) Development and Drafting Support for the Long Range Enforcer (LRE) product line. The contract spans from March 30, 2025, to March 29, 2030, encompassing four option years. Contractors must develop and update MPCs for Hull, Mechanical, and Electrical (HM&E) systems, ensuring clarity for recent graduates from technical schools, following the Joint Maintenance Procedure Card Development Process Guide. The RFP outlines multiple Contract Line Item Numbers (CLIN) related to labor hourly rates for MPC Developers and Draftsmen, covering both organizational and depot-level support. Hourly rates must include all associated costs, such as travel and overhead. Additionally, a Contract Access Fee (CAF) will reimburse the General Services Administration for operational costs tied to contract management. The document establishes a comprehensive framework for contractor engagement, emphasizing the importance of high-quality documentation for maintenance procedures in Coast Guard operations.
    The Past Performance Information Form is a crucial document within the federal RFP process, specifically referenced in Solicitation No. 70Z08525RLREP0006. It is utilized by offerors to provide detailed past performance data relevant to their capabilities and experience. Key sections of the form include the name of the offeror, contract details, customer information, and a comprehensive description of the work previously performed. The document also requires disclosures regarding subcontractors, including their contributions and financial details related to subcontracting. The purpose of this form is to evaluate a potential contractor's past performance, ensuring that they meet the standards required in the solicitation. This includes assessing the total dollar value of previous projects, period of performance, and the relevance of the work performed in relation to the current RFP. The information collected helps the government make informed decisions about potential contractors, focusing on their experience and reliability in delivering similar services or products. Overall, this form is integral to maintaining accountability and facilitating effective procurement in government contracting.
    This document outlines supplemental terms and conditions relevant to federal government contracts, including prohibitions on certain software, telecommunications, and video surveillance equipment provided by specific entities, particularly Kaspersky Lab and affiliated companies. It includes requirements for contractors to report any covered articles discovered during contract performance, ensuring compliance with national security standards. The document also specifies numerous Federal Acquisition Regulation (FAR) clauses that contractors must comply with, covering areas such as business ethics, labor standards, and small business utilization. Key personnel stipulations necessitate communication with the contracting officer regarding personnel changes. Additionally, it emphasizes safeguarding controlled unclassified information (CUI) and compliance with security protocols. Overall, the document is structured to support government procurement processes by enforcing stringent regulations and oversight mechanisms to safeguard interests and adherence to legal requirements.
    The document addresses specific questions and answers related to a federal Request for Proposals (RFP). Key topics include the qualification process for personnel, past performance requirements, labor categories, and clarity on contractual obligations. Notably, the Government will not accept resumes for personnel qualifications but will require signed letters of intent for key personnel. Additionally, past performance assessments must be from within five years, with no exceptions, and the method defining a Full-Time Equivalent (FTE) of 1,792 hours serves as a reference only. The distinction between the Project Manager and the MPC Developer Team Lead is confirmed, emphasizing autonomy in personnel proposals. Furthermore, the Contract Access Fee is set at 0.10%, and the Government does not plan to revise the evaluation factors, despite requests for structural adjustments to improve clarity. Overall, these responses reflect the Government’s commitment to maintaining a clear, structured evaluation process for the RFP submission.
    The document outlines responses to technical questions related to a government solicitation for maintenance procedure card (MPC) development and drafting support. Key clarifications include that no resumes are required for key personnel unless replacements occur, and the project manager must be available from 0800-1600 EST, overriding a wider availability mentioned for other contractors. The roles of "MPC Developer" and "Senior MPC Developer" are clarified, with the senior role acting as team lead requiring six years of experience. The scope includes provisions for optional full-time equivalent (FTE) developers, with a firm-fixed pricing structure emphasized for contract pricing. Quality control specifics and deliverables timelines are stated as clear in the solicitation, with virtual attendance accepted for post-award conferences. Past performance evaluations are noted to influence contractor selection and must align with MPC-related work. The document overall serves to provide guidance and clarify expectations for potential contractors seeking to engage with the government on this project while ensuring a level playing field in the bidding process.
    The government document addresses a series of inquiries related to a solicitation for proposals (RFP) concerning a specific project. Key points include clarification on submission requirements and the nature of personnel categorized as "Key Personnel," specified in the Statement of Work (SOW). The document confirms that only Key Personnel require Letters of Intent and that there are eight full-time and one part-time personnel involved. The Project Manager is not considered a billable position, despite being listed as Key Personnel. Additionally, it reiterates that past performance references should correlate with sections of the SOW, with no changes in contract scope or effort compared to the incumbent contractor, whose details remain proprietary. The clarifications aim to ensure consistency and understanding for offerors as they navigate the proposal requirements, emphasizing the need for clear communication in government contracting processes.
    The document pertains to an amendment of a government solicitation related to a contract, specifically correcting the solicitation number from 70Z08524PLREP0006 to 70Z08525PLREP0006. It outlines the necessary procedures for contractors to acknowledge receipt of the amendment, affirming that failure to do so before the specified deadline may lead to rejection of their offers. The document includes specific instructions regarding the acknowledgment process, methods to communicate changes to submitted offers, and clarifies that the contracting officer's signature is not required on solicitation amendments. Additionally, the amendment allows for the insertion of various transaction codes and administrative changes without affecting the original terms and conditions. This structured communication ensures that all parties are updated on modifications affecting contracting opportunities, maintaining compliance with federal requirements for amendments and modifications. The overall aim is to ensure clarity and adherence to procedural guidelines in government contracting.
    This amendment to the solicitation outlines important guidelines regarding the acknowledgment of amendments and the submission of offers. Bidders must confirm receipt of this amendment before the specified deadline through various methods, with failure to do so potentially resulting in offer rejection. Key points include clarifications on requirements for technical volumes, past performance evaluations, labor category identification, and contract access fees. The government confirms that resumes will not be allowed, only letters of intent for key personnel, and that past performance assessments must be from the last five years. Additionally, responses to several questions clarify contract terms, such as staffing, hours required, and evaluation factors. The document serves to ensure all prospective contractors understand the modified requirements and expectations related to their proposals, maintaining the integrity and progress of the solicitation process.
    This document is an amendment to a solicitation regarding a federal contract, extending the due date for submissions. The amendment stipulates that offers must acknowledge receipt of the amendment before the specified deadline, through various methods including the completion of designated items or by electronic communication that cites the solicitation and amendment numbers. The main change is the extension of the solicitation due date from November 29, 2024, to December 6, 2024. The amendment emphasizes that failure to acknowledge receipt of this amendment may lead to the rejection of offers. The contracting officer is identified, along with the pertinent details such as the contract ID and modification number. Throughout the amendment, it is noted that, except for the changes made, all terms and conditions of the original solicitation remain in effect. This document is essential for potential contractors, ensuring compliance with submission requirements and highlighting crucial deadlines in the solicitation process.
    This document details an amendment to a solicitation regarding a government contract, specifically focusing on the terms for acknowledging receipt of this amendment, submitting offers, and clarifications regarding contractor responsibilities. Key aspects addressed include the need for contractors to acknowledge receipt of amendments by specified methods, potential modifications to submitted offers, and detailed specifications concerning personnel, work schedules, and pricing structures. A series of questions and answers clarify requirements for key personnel, work hours, qualifications for project managers, responsibilities for training costs, and delivery timelines for services. The document emphasizes that responses must align with the solicitation and highlights the importance of past performance relevant to the tasks outlined. Additionally, specific details on quality control measures, system access, and performance metrics are provided, reinforcing that all terms remain effective unless amended. Overall, the purpose of this document is to ensure transparency and compliance within the bidding process while providing contractors essential insights and requirements to facilitate competitive and qualified submissions for the associated government services needed.
    This government document serves as an amendment to a solicitation, detailing the acknowledgment process for offer submissions and providing answers to bidder questions. It emphasizes that offers must acknowledge receipt of the amendment by specified methods, with potential rejection for non-compliance. The amendment clarifies that the submission requirements in Section 8 are distinct from the evaluation criteria in Section 9, reiterating the need for clarity among offerors. Significant questions addressed include the confirmation of Letters of Intent for Key Personnel, the number of required personnel, and clarifications on past performance requirements related to the Statement of Work (SOW). It affirms the need for offerors to align their proposals with SOW specifications and distinguishes between billable and non-billable labor categories. Additionally, the amendment specifies that incumbent contractor information and project scope details are proprietary, ensuring confidentiality in competitive bidding processes. The document reflects the structured and regulated nature of government RFPs, underscoring the importance of compliance and clarity in bid submissions.
    This government document serves as an amendment to a solicitation, specifically extending the due date for offers related to Pool 1 8A OASIS Plus to January 1, 2025. Contractors are required to acknowledge this amendment before the specified deadline through various methods, including completing designated items on the form or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. It outlines procedures for modifying existing submissions or offers, emphasizing that any changes must also be communicated before the established due date. The document states that terms not explicitly amended remain unchanged and in effect. The amendment is issued under designated codes and is administrated by the contracting officer, Kiya Plummer-Dantzler. Overall, this amendment is part of routine procurement operations within federal government settings aimed at ensuring timely and efficient proposal acknowledgments and modifications in the solicitation process.
    This document details an amendment to a federal solicitation for contractors, specifically extending the due date for offers related to Pool 1 8A of the OASIS Plus program to January 6, 2025. It outlines the process for acknowledging receipt of this amendment by the contractors, emphasizing that acknowledgment must be done before the specified deadline to avoid rejection of offers. Additionally, it provides instructions for modifications to existing offers and clarifies that the contractor is not required to return copies of this amendment. The amendment confirms that despite this change, all other terms and conditions of the original document remain valid and enforceable. The revision aims to facilitate participation in the solicitation while maintaining compliance with procedural standards.
    This document pertains to an amendment regarding a federal solicitation, specifically amending the due date for offers associated with Pool 1 8A OASIS Plus. The amendment outlines procedures for acknowledging receipt, detailing methods such as completing designated items or submitting a separate communication referencing the solicitation and amendment numbers. It clarifies that failure to acknowledge the amendment may result in the rejection of submitted offers. The amendment extends the deadline for submissions to January 9, 2025, while reaffirming that all previous terms and conditions remain in effect unless explicitly changed. The document is structured using standardized forms indicating attributes such as contract identification, effective date, and modification details, ensuring compliance with federal regulations. Overall, this amendment serves to inform potential contractors of critical procedural updates while allowing for continued participation in the bidding process.
    This document is an amendment related to a solicitation for a federal contract, specifically modifying terms regarding Contractor Acknowledgment and updating details on the schedule of services for the OASIS Plus program. Offerors must acknowledge the receipt of this amendment before the specified deadline using designated methods, including directly on the solicitation or through separate communication. The amendment highlights a correction in the contract price percentage from 0.10% to 0.15%. Although this amendment encompasses changes in the terms, all other terms and conditions outlined in the original solicitation remain unchanged and in effect. The issuance details, including contract identification, effective date, and the name of the contracting officer, are included for clarity and record-keeping. This document is vital for ensuring that contractors are aware of the latest modifications and can respond accordingly in the context of federal procurement processes.
    The document outlines a Request for Proposal (RFP) for Maintenance Procedure Card (MPC) development and drafting support for the US Coast Guard's Long Range Enforcer Product Line. It is issued by the Department of Homeland Security, specifically the USCG's Surface Forces Logistics Center. Proposals are due by November 29, 2024, with a focus on firms that qualify under the OASIS 8(a) program, particularly those fitting within the NAICS Code 541330 for Engineering Services. The contract encompasses a firm-fixed price arrangement for services scheduled between March 2025 and March 2030, inclusive of multiple option years. Key evaluation criteria include technical capability, management approach, past performance, and pricing, with technical and management factors weighted most heavily. Testing for performance will include reviewing previous contract experience in MPC-related work, managing timelines and resources, and ensuring quality assurance. A detailed submission of pricing schedules and descriptive narratives demonstrating capability and experience is required, along with adherence to invoicing procedures using the Invoice Processing Platform (IPP). The need for compliance with certain clauses, including prohibitions related to Kaspersky Lab products, is highlighted to ensure security protocols are maintained throughout the contract period.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USCGC Sturgeon Bay MPCMS Grooming
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor services for the grooming of the Machinery Plant Control-Monitoring System (MPC-MS) aboard the Cutter Sturgeon Bay (WTGB-109). The primary objective is to conduct a comprehensive inspection, grooming, and verification of the MPC-MS to ensure operational readiness, which includes tasks such as hardware inspection, correcting wiring discrepancies, calibrating sensors, and performing operational testing across various systems. This project is critical for maintaining the functionality and safety of the cutter's systems, with the period of performance scheduled for January 5-9, 2026. Interested contractors can reach out to Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    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.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    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 Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    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.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) for Fiscal Year 2026. The project entails the renewal of the 1 (Starboard) Main Diesel Engine, which may involve either a complete assembly replacement or a component-based build-in-place approach, adhering to detailed specifications and standards outlined in the associated documentation. This renewal is critical for maintaining the operational readiness and performance of the vessel, which plays a vital role in maritime safety and security. Interested parties can reach out to Monica Paul at monica.w.paul@uscg.mil or by phone at 206-815-3361 for further details regarding the procurement process.
    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.