CHIS -HAULOUT FOR SURF RANGER (LCM)
ID: 140P8425Q0010Type: Solicitation
AwardedMay 29, 2025
$169K$168,965
AwardeeVENTURA HARBOR BOATYARD INC 1415 SPINNAKER DR Ventura CA 93001 USA
Award #:140P8425P0027
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is soliciting quotations for the Surf Ranger Haul Out project at Channel Islands National Park in Ventura County, California. The procurement involves the dry-docking and maintenance of the Surf Ranger, a 75-foot steel-hull landing craft, requiring services such as hauling, pressure washing, painting, and various repairs over an estimated eight-week period starting May 30, 2025. This project is crucial for maintaining the operational capabilities of the vessel, which is essential for transporting cargo to the park, and is set aside exclusively for small business concerns. Interested contractors must submit their quotes by May 23, 2025, at 12:00 PM PDT, and can direct inquiries to Rocio Gomez Macias at rocio_gomezmacias@nps.gov or by phone at 415-464-5204.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for the "Surf Ranger Haul Out" project at Channel Islands National Park in Ventura County, CA. Quotations are required to adhere to specified solicitation documents, covering both base and optional line items. Key components of the project include hauling, pressure washing, launching the vessel, and various repair tasks, such as preparing and painting the boat's bottom, and replacing propellers and bearings. There are specific contract line items (CLIN) for base work and optional items which specify anticipated quantities, although actual work hours will be determined post-inspection of the vessel. The document emphasizes accurate pricing submissions, including unit prices and extended totals. The RFQ process ensures that all potential contractors maintain compliance with federal requirements while bidding on the project. This documentation embodies the government's commitment to enhancing services at national parks through proper maintenance and care of assets.
    The National Park Service (NPS) has issued a Request for Quotation (RFQ # 140P8425Q0010) for the dry-docking and maintenance of the Surf Ranger, a 75-foot steel-hull landing craft used for transporting cargo to Channel Islands National Park. The contract requires the selected contractor to provide labor, materials, and equipment for tasks such as hauling, pressure washing, painting, and potentially repairing various components of the vessel over an estimated eight-week period starting May 30, 2025. Specific tasks include applying anti-fouling paint to the hull, replacing propellers, and addressing additional repairs as identified by inspections. The NPS will supply some materials, including paint and replacement parts. The contractor must adhere to strict specifications for painting, sandblasting, and welding while ensuring environmental protection during the project. The document emphasizes the contractor's accountability for maintaining safety and quality standards while completing assigned tasks within the budget and schedule constraints. The RFQ outlines a structured approach for potential bidders to submit their proposals while detailing the government's expectations and rights during the contract execution.
    This document is a Wage Determination Report from the U.S. Department of Labor regarding the Service Contract Act, specifically Wage Determination No. 2015-5625, Revision No. 23. It outlines minimum wage and fringe benefit requirements for various occupations in Ventura County, California. The report indicates that contracts awarded or renewed post-January 30, 2022, must pay workers at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour unless higher rates are specified. Included is a detailed table of wage rates for numerous occupational classifications, along with required fringe benefits, such as health care and vacation time. The document emphasizes compliance with Executive Orders related to paid sick leave and worker protections. Additionally, it details procedures for classifying and compensating workers not explicitly listed in the wage determination, facilitating adherence to labor laws for federal contracts. Overall, the report reflects the government's commitment to ensuring fair pay and proper benefits for contract workers in public service roles.
    The document outlines the Offeror Representations and Certifications for RFQ No. 140P8425Q0010, including specific provisions that must be completed depending on whether the offeror has registered in the System for Award Management (SAM). Key definitions include categories for small businesses, service-disabled veteran-owned businesses, and women-owned businesses, among others. Offerors must provide information regarding compliance with various federal regulations, addressing issues such as employment practices, tax liabilities, and business operations in specified regions. Additionally, the document requires certifications related to child labor laws and restrictions on telecommunications equipment and services. Other components include the Buy American Act certifications, Trade Agreement certificates, and assurances against certain business practices in regions like Sudan and Iran. Completion of the appropriate sections enables the offeror to legally participate in the solicitation process, ensuring adherence to federal contracting requirements. This RFQ attachment serves to guide businesses in preparing their proposals and confirms their eligibility for government contracts, reflecting the government's commitment to inclusivity and compliance with federal standards.
    The document is a form associated with RFQ NO. 140P8425Q0010, aimed at evaluating the experience and past performance of prospective quoters in fulfilling the requirements outlined in the solicitation provisions for commercial products and services. It instructs quoters to provide detailed information on previous projects similar in scope, including contract numbers, project amounts, titles, dates, agency references, and specific descriptions of the work performed. This information is intended to demonstrate the technical capability and reliability of the quoter for potential government contracts. The structure of the form requires quoters to fill in multiple instances of their past projects, effectively serving as a portfolio to facilitate the decision-making process regarding contract awards. Overall, the document is a critical component of the government’s procurement process, underscoring the importance of proven experience in selected vendors for delivering quality products and services.
    The Key Personnel Experience Form is an essential component of the RFQ NO. 140P8425Q0010, aimed at gathering qualifications for key personnel involved in the proposed project. Quoters are required to detail the relevant experience, education, certifications, and other qualifications of their key team members as outlined in the solicitation provisions. The form emphasizes the importance of job-related training, licenses, honors, and experience, requesting the inclusion of specific dates and state registration information if applicable. Personnel information is structured to capture the company name, job titles, years of experience with both the submitting firm and other firms, educational qualifications, areas of specialization, and professional registrations. This systematic approach is designed to assess the capabilities of the personnel that will be integral to fulfilling the project’s requirements. By focusing on the qualifications of key staff, the form ensures that potential quoters present their best resources for evaluation in a competitive procurement process, aligning with broader federal and state RFP standards.
    The National Park Service (NPS) requires contractor services for the dry-docking of the Surf Ranger, a 75-foot landing craft at Ventura Harbor, CA, scheduled to begin on May 30, 2025, with an 8-week completion timeframe. The contract encompasses various maintenance tasks, including haul-out, painting, and equipment replacement. The contractor is responsible for materials and execution, while the NPS will provide specific supplies like paint and replacement parts. Key tasks include pressure washing, painting the hull with designated anti-fouling paint, replacing propellers, and potential repairs to structural components. The contractor must follow industry standards for welding and painting, ensuring environmental protection during the process. Additionally, multiple optional tasks such as extra sandblasting and machining may be required, subject to the Contracting Officer's discretion after inspections. The document outlines government-furnished property such as paint and propellers, specifying that all work must occur within a 50-mile radius of the park headquarters. This proposal reflects NPS's commitment to maintaining its operational resources while adhering to strict quality and environmental standards in federal contracting processes.
    The document is an amendment to a solicitation (140P8425Q0010) from the National Park Service (NPS) regarding the Surf Ranger Haul Out (LCM) project at Channel Islands National Park. This amendment modifies the original solicitation by extending the quote due date from May 15, 2025, to May 20, 2025, closing at 2:00 PM Pacific Daylight Time. It specifies that only small business concerns may submit quotations; submissions from non-small businesses will not be considered. The period of performance for the project is set from May 30, 2025, to July 30, 2025. The document includes instructions for acknowledging receipt of the amendment, modifying existing offers, and terms applicable to amendments of solicitations. Contracting Officer Rocio Gomez Macias is the point of contact, providing both her email and phone number for inquiries. The document emphasizes the importance of compliance with deadlines and requirements, indicating that failure to submit properly acknowledged amendments may lead to rejection of offers, aligning with standard practices for government requests for proposals (RFPs).
    The document is an amendment to a solicitation (140P8425Q0010) related to a project for the National Park Service, specifically the Surf Ranger Haul Out at Channel Islands National Park (CHIS) in California. The amendment, identified as P0002, extends the due date for quotes from May 20, 2025, to May 23, 2025, at 12:00 PM Pacific Daylight Time and specifies a maximum distance requirement of 50 miles from park headquarters for service delivery. This solicitation is open only to small business concerns, and any submissions from non-small businesses will be deemed nonresponsive. The period of performance for the project is scheduled from May 30, 2025, to July 30, 2025. Moreover, it contains guidance for bidders regarding acknowledgment of the amendment and submission requirements, intending to ensure compliance and clarity in the bidding process. The contact for this contract is Rocio Gomez Macias, the Contract Specialist, who is reachable for further inquiries. This amendment underscores the government's effort to manage procurement efficiently, targeting specific business classifications while providing the necessary details for submission.
    The document outlines a Request for Quotation (RFQ) for the National Park Service regarding a project termed "Surf Ranger Haul Out" for the Channel Islands National Park. The RFQ solicits quotations from small business concerns for maintenance and repair work on small vessels and floating craft. Key details include submission requirements, evaluation criteria, and contract clauses, emphasizing the need for compliance with various Federal Acquisition Regulation (FAR) stipulations. The document specifies the timeline for service delivery, with a performance period from May 30, 2025, to July 30, 2025, and emphasizes the importance of past performance and relevant experience in assessing offers. Additionally, it requires bidders to demonstrate their ability to execute the project within the provided schedule, detailing necessary qualifications of key personnel involved. The RFQ specifies that proposals must include a Quote/Price Sheet and relevant documentation, such as experience and past performance records, while also outlining the electronic invoicing process for payment. Overall, this solicitation reflects federal efforts to engage small businesses in significant maintenance contracts while adhering to regulatory frameworks that ensure fair competition and quality service delivery.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    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.
    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.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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 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.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.