DOCKSIDE: USCGC BENJAMIN BOTTOMS DS FY26 #1 & #2 MDE QL3
ID: 70Z08025QPBPL0024Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

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 bids for dockside maintenance and repair services for the USCGC Benjamin Bottoms (WPC-1132) for fiscal year 2026. The contract, designated as a Total Small Business Set-Aside, requires qualified contractors to perform various maintenance tasks, including cleaning fuel service tanks, renewing interior carpeting, and conducting 8000-hour engine maintenance. This procurement is vital for ensuring the operational readiness and safety of the Coast Guard vessel, with a performance period scheduled from November 4, 2025, to December 16, 2025. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and must adhere to submission deadlines outlined in the solicitation documents.

    Files
    Title
    Posted
    The document is a solicitation for a Women-Owned Small Business (WOSB) contract, specifically aimed at generating bids for commercial products and services, classified under North American Industry Classification System (NAICS) code 336611. The contract includes key details such as submission deadlines, solicitation numbers, and points of contact. It emphasizes that the acquisition is unrestricted, encouraging submissions from all eligible businesses, including economically disadvantaged women-owned and service-disabled veteran-owned entities. The document outlines specific terms and conditions relevant to contractors, including payment methods, delivery requirements, and warranty obligations. It incorporates various federal clauses emphasizing the contractor's requirements for safeguarding information systems, maintaining compliance with federal laws, and ensuring quality standards throughout the performance period. Notably, it stipulates limitations on subcontracting to ensure that a significant portion of the work is performed by the prime contractor or similarly situated small businesses. This solicitation forms part of a broader effort by government entities to promote diversity and inclusion in federal contracting by ensuring participation from women-owned businesses and small enterprises, thereby stimulating economic growth and equity within the procurement landscape.
    This file outlines the amendment process for a government solicitation and provides essential instructions for contractors submitting offers. It highlights the requirement for contractors to acknowledge receipt of the amendment prior to the specified deadline, detailing methods for acknowledgment, including returning specific items or communicating electronically. An important facet is the alteration of previously submitted offers, which can be amended via letter or electronic communication before the deadline. The amendment is linked to the U.S. Coast Guard and pertains to project 70Z08025QPBPL0024, specifically addressing questions posed by potential vendors. The modification indicates that all other contract terms and conditions remain unchanged. The document is structured to include sections on solicitation numbers, modification details, and specific changes made. It emphasizes the administrative hierarchy, including the contracting officer's information and the contractor’s obligation to respond timely to any amendments. This process ensures clarity and compliance in government contracting, maintaining transparency between the parties involved. Overall, it demonstrates the federal government's adherence to formal procedures in procurement and contract management.
    The document pertains to a Request for Proposal (RFP) related to a project concerning carpeting renewal for access hatches aboard the CGC Benjamin Bottoms. The specific query addressed in the document asked about the number of hatches that require carpeting renewal, as detailed in Work Item 2. The response clarifies that two rooms, specifically 2-17-2-L and 2-20-1-L, contain access covers that will undergo carpeting renewal. This information is crucial for contractors and vendors participating in the RFP, as it specifies the scope of work and prepares them for the required renovations. The document reflects the collaborative nature of government procurement processes, demonstrating the importance of clear communication and detailed specifications in ensuring project success.
    The document outlines the pricing schedule for the dockside maintenance and availability of the USCGC Benjamin Bottoms (WPC-1132) for the fiscal year 2026. It includes various maintenance tasks, such as cleaning fuel service tanks, renewing interior carpeting, conducting an 8000-hour engine maintenance, and hull cleaning by divers. All items are listed with a unit price of $0.00, indicating estimates pending contractual modifications. Additionally, the schedule details an 'Over and Above/Growth Work' section, which includes labor and material costs, with placeholders for hourly rates and percentage-based pricing. The contractor must account for potential increases in workload with unit prices to remain effective throughout the contract. This document serves as a formal proposal to estimate costs and structure the maintenance contract, ensuring compliance with federal and local regulations related to government contracts and services. Accurate pricing and clear expectations are crucial for facilitating maintenance within budgetary constraints and operational timelines for the Coast Guard vessel.
    The document outlines specifications for the dockside repairs of the USCGC Benjamin Bottoms (WPC-154) for fiscal year 2026, detailing requirements for contractors to perform various maintenance tasks. It highlights principal characteristics of the vessel, general requirements, and specific work items which include cleaning and inspecting fuel service tanks, renewing interior carpeting, performing maintenance at the 8000-hour mark for main diesel engines, and diver cleaning for the underwater body of the vessel. A consolidated list of references, including government publications and drawings, is provided to aid contractors in compliance. Contractors must adhere to safety and environmental protection standards, including documentation of hazardous waste disposal and maintaining fire safety plans. Critical inspections are mandatory for certain aspects of the work, and contractors are responsible for ensuring quality controls, materials, and methods meet specified standards. This document serves as a crucial guideline for contractors engaged in maintenance tasks on Coast Guard vessels, ensuring they meet technical, safety, and operational standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    Stern Boat Launch, Incinerator & OWS System FY26 on USCGC CALHOUN (WMSL 759)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and preservation of the Stern Boat Launch and Recovery System, as well as repairs on the USCGC CALHOUN (WMSL 759) for Fiscal Year 2026. The project includes Level II maintenance, inspection and testing of the incinerator, and grooming of the Oily Water Separator (OWS) System, with a requirement for OEM-authorized technical representatives for specialized equipment. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard vessel, with work to be performed at Carver Maritime in North Charleston, South Carolina, from January 12, 2026, to March 3, 2026. Proposals are due by December 18, 2025, and interested parties should contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or 510-501-5550 for further details.
    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.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    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.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    DOCKSIDE: USCGC JOSEPH TEZANOS FY26 DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside repair services for the USCGC Joseph Tezanos in San Juan, Puerto Rico, under the solicitation number 70Z08026QPBPL0012. The procurement involves comprehensive maintenance and repair tasks, including overhauling critical components, cleaning, and preserving various systems on the vessel, with a performance period scheduled from April 27, 2026, to May 5, 2026. This opportunity is vital for ensuring the operational readiness and longevity of the cutter, which plays a crucial role in maritime safety and security. Interested parties must adhere to the total small business set-aside requirements and are encouraged to contact Christiana Rolack or LaToya Sorrell for further details, with proposals due by the specified deadline.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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 WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.