Dry-dock: USCG STA NOYO RIVER (47271) FY2024 UNPLANNED DRYDOCK REPAIRS
ID: 70Z04024QSBPL0020Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, 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 soliciting proposals for unplanned dry-dock repairs at Station Noyo River for fiscal year 2024. The procurement requires contractors to provide all necessary labor, materials, equipment, and services to ensure the operational readiness of Marine Life Boats (MLBs), including tasks such as cleaning buoyancy chambers, refueling diesel tanks, and replacing damaged fenders. This project is critical for maintaining the safety and performance of Coast Guard vessels, reflecting the government's commitment to efficient resource management. Interested contractors should submit their proposals by the specified deadlines, with the contract period of performance set from September 23, 2024, to October 25, 2024. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines additional contract requirements for ship repair services intended for the U.S. Coast Guard. It emphasizes the need for contractor facilities to be accessible via navigable waterways, maintaining specific water depth and clearance standards. Contractors are mandated to hold adequate insurance coverage, demonstrating financial responsibility for various liabilities. Access to vessels by government personnel is permitted under specific conditions to ensure compliance with contract obligations. The contractor must adhere to regulations related to government property management, obtain authorization for growth work, and provide detailed invoices with specific information. Furthermore, certifications related to drydock and welding capabilities are required to ensure operational efficacy. The contractor's quality control and assurance programs must meet rigorous standards throughout the project duration. The document stresses that any significant changes to the contract must be approved solely by the contracting officer. Overall, the requirement for meticulous reporting and compliance with specified safety, security protocols, and quality assurance measures reflects the federal government's standard for accountability and efficiency in processing RFPs in the context of ship repair projects.
    The document is a Past Performance Questionnaire (PPQ) issued by the U.S. Coast Guard as part of their solicitation process (RFP: 70Z04024QSBPL0020). Its primary purpose is to gather information from references regarding a contractor's previous performance on contracts to evaluate their capabilities for future contracts. The questionnaire must be completed by a knowledgeable evaluator and submitted directly to the Coast Guard, ensuring confidentiality in the review process. The questionnaire includes sections for general information about the evaluator and the contractor, as well as specific performance evaluation areas such as Quality of Product or Service, Schedule, Cost Control, Management, and Regulatory compliance. Each area requires a rating ranging from "Exceptional" to "Unsatisfactory" along with supporting comments. Additionally, the evaluator is asked if they would contract with the contractor again and to provide an overall assessment. This process helps the Coast Guard to ensure that they select contractors with a proven track record of reliability and competence, thereby enhancing project success and accountability in government contracting.
    The document outlines a solicitation by the US Coast Guard for dry-docking repairs and alterations to the vessel at Station Noyo River. The contractor is responsible for providing all necessary labor, materials, equipment, and services as specified in the request for proposal (RFP). It emphasizes the importance of reading the specifications thoroughly to accurately estimate costs and recognize performance requirements. A schedule is provided detailing various Contract Line Item Numbers (CLINs) that require cost estimation, which includes specific tasks such as cleaning and inspecting buoyancy chambers, refueling diesel tanks, and providing marine chemist services. The document states that costs need to be submitted in an Excel spreadsheet format, listing unit prices and overall totals for definite and optional items, culminating in a total value for the project. The overall purpose of the solicitation is to ensure the vessel is properly maintained and operational through comprehensive repair services while adhering to fixed pricing structures. The RFP reflects the federal government's structured approach to procuring essential services and managing public resources efficiently.
    The USCG 47271 (MLB-47) specification outlines the requirements for unplanned drydock repairs for the fiscal year 2024. It details various work items essential for maintaining the operational readiness of Marine Life Boats (MLBs), focusing on inspections, repairs, and replacements involving deck renewal, buoyancy chamber cleaning, refueling diesel tanks, and providing marine chemist services. Each work item includes specific tasks such as cleaning and inspecting buoyancy chambers, renewing deck plates, and conducting fuel testing, along with safety and environmental protection measures as mandated by federal and state regulations. The proposal emphasizes contractor responsibility for quality control, adherence to governmental standards, and proper reporting protocols following inspections. The document serves as a guide for contractors, detailing requirements, government-furnished property, and necessary references to ensure compliance during the contracting process. It underscores the importance of maintaining the safety and performance of Coast Guard vessels while adhering to strict regulatory frameworks. This specification reinforces the US Coast Guard’s commitment to the operational integrity of its fleet through meticulous maintenance and repairs.
    The Women-Owned Small Business (WOSB) solicitation concerns the U.S. Coast Guard contract for commercial products and services, notably for drydock repairs at USCG Station Noyo River. The document outlines proposal requirements, including submission guidelines for interested vendors, deadlines, and necessary certifications. Offerors must provide a completed SF1449 form, a detailed schedule of supplies, past performance documentation, proof of insurance, and various certifications, such as welding qualifications and drydock certifications. The acquisition is set to be advertised as an unrestricted contract, with an emphasis on providing best-value evaluations based on technical capability, pricing, and past performance. The awards are anticipated on or around September 13, 2024. Specific pricing evaluations will consider total deliverables, including optional items and foreseeable costs such as transportation if vendors are outside the defined geographic limit. The document also specifies contract clauses, insurance requirements, access conditions, and the contractor's responsibilities regarding government-furnished property. Emphasizing compliance and detailed planning documentation, it aims to ensure quality performance and adherence to safety regulations throughout the project lifecycle. Overall, the solicitation not only seeks to procure services but also ensures economic opportunities for WOSBs while upholding federal standards.
    The document outlines an amendment to a solicitation issued by the U.S. Coast Guard related to a project for the maintenance and repair of a boat. It emphasizes the importance of acknowledging the receipt of the amendment by specific methods to ensure submissions are considered, including responding by completing a designated form or via electronic communication. Key clarifications provided in the amendment include: 1. Fuel management details, stating the boat will not need to be defueled before repairs and should be returned at 95% fuel capacity. 2. Conditions of fenders indicating they are damaged and need replacement, with instructions to handle these items during the project. 3. Guidelines for preservation and renewal of specific boat components, such as rub rails, providing detailed procedural information on preparation and sealant application. 4. Clarification on the terminology related to fenders and rub rails, noting that they are considered synonymous in the project specifications. Overall, the amendment serves to clarify expectations and requirements for contractors involved in the project, ensuring compliance with Coast Guard standards while facilitating effective communication and planning for the upcoming work.
    Lifecycle
    Similar Opportunities
    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.
    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.
    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.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    Aviation Availability: USCGC ALERT FY25 AA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC ALERT (WMEC-210B) during fiscal year 2025. The procurement involves a range of maintenance tasks, including cleaning and inspecting aviation fuel tanks, conducting load tests on power supplies, and adhering to environmental regulations and safety protocols throughout the repair process. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and operational standards set by the U.S. Coast Guard. Interested parties should contact Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or 206-815-4330, with the performance period scheduled from January 6, 2025, to February 4, 2025, and a total small business set-aside designation under FAR 19.5.
    USCG Dual Point Davit, Modify and Replace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to modify and replace the Allied System Dual Point Davit (DPD) at the Coast Guard Cutter James in North Charleston, South Carolina. The project involves enhancing the davit with capabilities for Split/Individual Constant Tension (CT), installing a machinery space camera system, renewing the aft winch tensioner and drum, and ensuring the hydraulic system's cleanliness, all in compliance with Coast Guard specifications. This modernization is critical for maintaining effective operational functionality of maritime equipment, ensuring safety and adherence to established guidelines. Interested contractors should note that work is scheduled to commence on September 13, 2024, and conclude by October 14, 2024, with operational testing including a sea trial for performance verification. For further inquiries, contact Kyler Fisk at KYLER.C.FISK@USCG.MIL or Jeramyah George at JERAMYAH.W.GEORGE@USCG.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.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.