IDA LEWIS Watertight Doors/Hatch/Scutt
ID: 70Z085Q250012029Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 3:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to fabricate watertight and non-watertight doors, hatches, and scuttles for the USCGC IDA Lewis (WLM 551) as part of its FY2025 drydock availability. The procurement emphasizes adherence to specific Coast Guard drawings and standards, ensuring that the fabricated items meet operational and safety requirements critical for the vessel's functionality. This opportunity is particularly important for maintaining the integrity and accessibility of the ship, which plays a vital role in the Coast Guard's operations. Interested parties should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details, with the contract being awarded based on the lowest price technically acceptable and past performance criteria.

Files
Title
Posted
The specification for the fabrication of watertight and non-watertight doors, hatches, and scuttles for the USCGC IDA Lewis (WLM 551) outlines the standards and requirements for contractors undertaking this work during the FY2025 drydock availability. The document details the scope of the project, emphasizing the need to conform to specific Coast Guard drawings and publications. A list of required items, including various types of doors and hatches, along with their specifications and quantities, is provided. Additionally, the document references pertinent safety and construction standards, such as the Surface Forces Logistics Center specifications and relevant military and commercial guidelines. It also highlights the need for shipping arrangements to the designated Coast Guard facility in Baltimore, Maryland. Overall, the document serves as a comprehensive guideline to ensure that the fabrication aligns with regulatory and operational standards for the Coast Guard's needs, thus ensuring the safety and functionality of the vessel's access points.
Mar 25, 2025, 7:05 PM UTC
The U.S. Coast Guard intends to procure Rochester Sensors Potable Water Float Gauges under a firm fixed price contract, focusing on the Lowest Price Technically Acceptable (LPTA) criteria. The specific requirements include 10 units of gauging model PN 6493-00143 (5-50% measurement) and 10 units of PN 6493-00144 (50-95% measurement). Delivery is required within 25 weeks to a designated address in Norfolk, Virginia, with shipment tracking information to be provided promptly. Potential contractors must be registered in the System Award Management (SAM) prior to receiving the contract. Additionally, invoices need to be submitted through IPP.gov, accompanied by the Purchase Order. This procurement process demonstrates the government’s approach to ensuring efficiency and compliance in acquiring necessary equipment for potable water measuring capabilities.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
87' Coastal Patrol Boat Starboard and PORT Rudder Overhaul
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors capable of performing an overhaul of the starboard and port rudders used on the 87’ Coastal Patrol Boats. This procurement involves comprehensive inspection, repair, preservation, and packaging of the rudders to restore them to a serviceable "A" condition, adhering to specific quality assurance standards and military specifications. The selected contractor will be responsible for conducting thorough inspections, submitting Condition Found Reports, and ensuring compliance with the outlined Statement of Work. Interested parties must submit their information by May 6, 2025, to Dana D. Solomon at dana.d.solomon@uscg.mil, including details about their capabilities and experience in similar projects.
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.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
port & stbd Armour
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of various armor components, including port and starboard corner armor and supplemental rear armor, as part of a combined synopsis/solicitation. The procurement aims to fulfill specific requirements for military-grade armor, which is crucial for enhancing the operational capabilities and safety of Coast Guard vessels. Interested vendors must provide their quotations by the specified deadline, ensuring they have an active registration in SAM.gov, with all deliveries required by June 20, 2025. For further inquiries, vendors can contact Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or by phone at 571-607-2462.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
Rudder Shaft Seal Service Kits "A" & "B"
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a firm-fixed price contract for Rudder Shaft Seal Service Kits "A" and "B" essential for the propulsion and rudder shaft seal systems of the 154’ Patrol Boats (WPCs). The procurement emphasizes the requirement for original equipment manufacturer (OEM) components from Defense Maritime Solutions, Inc., ensuring compatibility and performance, while rejecting non-OEM proposals due to safety and operational integrity concerns. Interested contractors must submit their quotes electronically by April 29, 2025, with delivery of the components required within 120 calendar days after contract award. For further inquiries, interested parties can contact Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.
Escutcheon Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of twenty (20) Escutcheon Assemblies under solicitation number 70Z03825QJ0000251. The requirement emphasizes the need for items traceable to the Original Equipment Manufacturer, Adams Rite Aerospace, Inc., ensuring compliance with quality assurance processes and certification mandates. This procurement is critical for maintaining operational readiness and support for Coast Guard aviation logistics, with a requested delivery date set for November 20, 2025. Interested vendors must submit their quotations by May 1, 2025, at 2:00 PM EDT, and can direct inquiries to Cindy Harmes at Cindy.K.Harmes@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
VESSEL INTERFACE PANEL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 30 Vessel Interface Panels, essential components for cutter boats, under solicitation number 70Z04025Q50488B00. The procurement requires the items to be packaged according to military standards and delivered by June 26, 2025, to ensure operational safety and data centralization during missions. The Coast Guard has determined that only Mercury Marine can meet the unique technical specifications necessary for these panels, highlighting the critical nature of this sole-source procurement. Interested vendors must have an active SAM.gov registration and submit their quotes to Yannick Kassi by May 7, 2025, to be considered for this firm fixed-price purchase order.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
SCUTTLE STEEL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking qualified small businesses to provide marine-grade scuttles, specifically steel watertight and ballistic types, under solicitation number SPMYM2-25-Q-1496. This procurement is a total small business set-aside and will result in a firm fixed-price supply contract for delivery to Bremerton, Washington, emphasizing compliance with federal acquisition regulations and cybersecurity protocols. The scuttles are critical components for naval applications, ensuring compatibility with existing systems and enhancing national defense capabilities. Interested vendors must submit their quotes and ensure current registration in the System for Award Management (SAM.gov), with all inquiries directed to Denise M. Quist at Denise.Quist@dla.mil or by phone at 360-476-6075.