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
    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.
    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
    CANVAS DOOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of canvas doors as part of a combined synopsis/solicitation. The requirement includes eight units of a front port side door/panel, identified by NSN 2090-01-649-7499, which must be packaged according to military standards and delivered by February 1, 2026. This procurement is crucial for maintaining operational readiness and ensuring the integrity of marine equipment. Interested vendors must submit their quotes by December 24, 2026, and can direct inquiries to Yannick Kassi at Yannick.A.Kassi@uscg.mil, with all submissions requiring active SAM.Gov registration.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    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.
    WINDOW, MARINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking competitive quotations for the procurement of marine windows, identified by NSN 2090-01-477-1571, under solicitation number 70Z08526P40005B00. The requirement includes two units with specific dimensions and electrical specifications, which are critical for marine applications. This procurement is part of the Coast Guard's efforts to maintain and enhance its fleet's operational capabilities, ensuring safety and efficiency in maritime operations. Interested vendors must submit their quotes by December 30, 2025, at 1 PM EST, with a required delivery date of December 25, 2026, and should contact Jermaine Perkins or Daniel J. Nieves for further details.
    J&A FY23 USCGC HAMILTON and WAESCHE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the Justification and Approval (J&A) related to the FY23 maintenance of the USCGC HAMILTON and WAESCHE. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. The selected contractor will be responsible for ensuring that these vessels are properly serviced and repaired to meet the Coast Guard's stringent operational standards. Interested parties can reach out to LaToya Sorrell at Latoya.N.Sorrell@uscg.mil or by phone at 757-628-4644, or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil or 757-441-7036 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 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.
    J&A - Only One Source - Unplanned USCG STA BARNEGAT LIGHT (47222) Dry-dock repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure dry-dock repairs for the STA BARNEGAT LIGHT (47222) vessel, which sustained significant damage during search and rescue operations. The repairs are critical as the vessel is a 47C class ship that has recently undergone a Service Life Extension Program (SLEP), and due to ongoing SLEP activities, Birdon America Inc. is the only vendor capable of performing the necessary repairs, as they currently hold the technical data. Interested parties can reach out to Mark Cap at Mark.Cap@uscg.mil or 410-762-6958, or Janet M Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353 for further information regarding this opportunity.
    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 to the Incinerator and Oily Water Separator (OWS) System on the USCGC CALHOUN (WMSL 759). The procurement involves comprehensive repair specifications, including Level II maintenance, inspections, and compliance with federal, state, and local regulations for waste disposal and safety. This project is critical for ensuring the operational readiness of the vessel, which plays a vital role in Coast Guard missions. Proposals are due by December 18, 2025, at 2:00 PM Eastern Time, with the contract period running from January 12, 2026, to March 3, 2026. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further information.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    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 COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.