USCGC BARBARA MABRITY (WLM 559) Dockside (DS) FY25
ID: 70Z08524QIBCT0021Type: 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

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

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 for dockside repairs of the USCGC BARBARA MABRITY (WLM 559) for Fiscal Year 2025. The procurement involves comprehensive maintenance services, including inspections and refurbishments of mechanical and hydraulic systems, with a strong emphasis on safety and environmental compliance. This contract is particularly significant as it supports the operational readiness of a 175-foot Buoy Tender, ensuring adherence to Coast Guard standards. Interested small businesses must submit their proposals by August 22, 2024, with the anticipated award date set for October 7, 2024. For further inquiries, potential bidders can contact Patrick D. Brown at Patrick.D.Brown@uscg.mil or by phone at 757-628-4588.

    Point(s) of Contact
    Patrick D. Brown
    (757) 628-4588
    (757) 628-4676
    Patrick.D.Brown@uscg.mil
    Files
    Title
    Posted
    This document outlines the solicitation for a Women-Owned Small Business (WOSB) contract for commercial products and services related to dockside repairs of the USCGC BARBARA MABRITY, a 175-foot Buoy Tender. The solicitation, identified by number 70Z08524QIBCT0021, is issued as a Request for Quotation (RFQ) as a 100% small business set-aside under NAICS code 336611. The performance period is estimated from November 19, 2024, to January 6, 2025. Key details include instructions for proposal submission by August 15, 2024, and anticipated award by October 7, 2024. The Contractors are required to comply with various federal regulations and clauses, including safety inspections and access to vessels. Invoicing requirements and payment procedures are detailed, indicating the need for compliance with the Prompt Payment Act. The document highlights contractual obligations for quality assurance, including reporting expectations, and emphasizes the importance of adhering to compliance standards for government property management. Overall, it serves to ensure that solicitations align with federal acquisition policies while promoting participation from small and women-owned businesses in government contracts.
    This document outlines Amendment 0003 of solicitation 70Z08524QIBCT0021, primarily addressing a Request for Clarification regarding the Aqueous Film Forming Foam (AFFF) systems. As two significant manufacturers have ceased production, there is concern about future availability of AFFF. Proposals were initially due on August 15, 2024, but the government has extended this deadline to August 22, 2024, allowing bidders an additional week to refine their offers based on this crucial information. However, the government has decided not to accept recommendations for a transition to Fluorine Free systems, and all specifications associated with the original solicitation will remain unchanged. Additionally, the government does not have Cut Sheets available for the AFFF Eductor System to assist bidders in enhancing their proposals. The amendment emphasizes the importance of adhering to solicitation deadlines and acknowledges received offers, underlining the potential for rejections if compliance is not met.
    The Safety Data Sheet (SDS) for ANSULITE AFC-3MS 3% AFFF Concentrate outlines critical safety information in compliance with the OSHA Hazard Communication Standard. The product, a fire extinguishing agent, poses hazards such as serious eye damage and skin sensitization. Key precautions include wearing protective gear and avoiding skin contact. The document provides guidelines for first aid, fire-fighting measures, and safe handling and storage, emphasizing containment and disposal methods to minimize environmental impact. Composition details with specific CAS numbers identify hazardous components, while toxicological data highlight potential exposure risks. Ecotoxicity information specifies effects on aquatic life, and regulatory compliance sections confirm adherence to US environmental laws. This SDS serves as a vital resource for users to understand potential risks and safe practices regarding the product, making it relevant in the context of government RFPs and grants, where safety compliance is paramount in procurement processes.
    The amendment 70Z08524QIBCT00210001 addresses inquiries regarding the solicitation for the maintenance of the USCGC Barbara Mabrity (WLM 559) under FY25. It specifies that contractors must acknowledge receipt of the amendment for their offers to be considered. The amendment also includes responses to Request for Clarification questions, notably concerning the removal and disposal of residual AFFF (aqueous film-forming foam) fluids from piping systems. The contractor is required to drain the hoses, as it is inferred that significant amounts of the older AFFF, which contains carcinogens, will need proper disposal, impacting safety protocols and disposal costs. This document is essential in ensuring contractors understand their responsibilities and the associated regulations, ultimately facilitating compliance and safety in handling hazardous materials during the project.
    This document serves as Amendment 0002 to Solicitation 70Z08524QIBCT0021, primarily concerning the procurement for the CGC Barbara Mabrity. It acknowledges the receipt of amendments and outlines critical stipulations for vendors regarding proposal submissions. The amendment responds to clarification requests regarding the use of Aqueous Film-Forming Foam (AFFF), highlighting concerns about the discontinuation of AFFF production by major manufacturers. In response, the solicitation closing date has been extended to August 22, 2024, at 4:00 PM EST to allow offerors more time to prepare their submissions amidst procurement challenges. Additionally, it addresses scheduling inquiries for ship checks, stating that these arrangements cannot currently be accommodated. The aim of this amendment is to ensure effective communication between the contracting agency and potential bidders while facilitating improved timing for competitive responses amidst ongoing changes in the procurement landscape, particularly with regard to environmentally sustainable firefighting solutions.
    The document outlines the pricing schedule for the dockside availability of the USCGC Barbara Mabrity (WLM-175) for Fiscal Year 2025. It specifies various maintenance and service tasks to be conducted, including inspections, replacements, and repairs related to hydraulic systems, gas detectors, and other critical equipment. Each task is listed with a unique identifier, and all tasks are priced as jobs. The total price for definite items and option items is noted as $0.00, indicating that specific pricing details may still be pending or that these quantities are yet to be defined. The document emphasizes the essential maintenance services required to ensure the vessel’s operational readiness and compliance with safety regulations. This reflects a structured approach in federal RFPs, focusing on comprehensive service requirements for government vessels.
    The document outlines the specifications for dockside repairs on the USCGC Barbara Mabrity (WLM-175) for fiscal year 2025. It details the scope of work required, including fire prevention measures and inspections of critical shipboard equipment such as hydraulic systems, winches, and tanks. The specifications emphasize the importance of adhering to safety standards and environmental regulations, with specific references to Coast Guard publication requirements and relevant codes such as CFR Title 29 for occupational safety. Key work items include inspections and refurbishments of both mechanical and hydraulic systems, along with extensive detail on government-furnished materials and property related to the repairs. The document also mandates a detailed fire safety plan to mitigate risks associated with shipboard operations. Throughout, the structure includes general requirements, specific work item descriptions, and related revisions, reflecting comprehensive planning and consideration of safety, operational efficiency, and environmental protection. This specification serves as a critical framework for contractors to ensure adherence to Coast Guard standards during the repair and maintenance processes of the vessel.
    The Past Performance Information Form is a critical document used by federal, state, and local agencies in the procurement process. It gathers specific details about an offeror's previous contracts, including the contract number, customer contact information, and total value of the project, which encompasses all growth work. The form requires information on the period of performance, including any time extensions and a comprehensive description of the work performed, demonstrating its relevance to the current solicitation. Additionally, it requests details about any subcontractors involved, their extent of work, and the annual dollar value of subcontracts. This form serves to ensure that the offeror has the necessary experience and capability to fulfill the requirements outlined in government requests for proposals (RFPs) and grants, ultimately aiding in the selection process for potential contractors. Overall, the Past Performance Information Form is essential for assessing an offeror's qualifications and past performance in relation to current contracting opportunities.
    The document pertains to a solicitation for dockside repairs on the USCGC BARBARA MABRIYT (WLM 559), specifically RFQ Number 70Z08524QIBCT0021. It outlines the process for offerors to submit questions for clarification regarding the solicitation. Offerors must use the provided “Request for Clarification” form, submitting one question per form, and include their firm's name. Questions are to be sent via email to Patrick D. Brown at the specified address, with a submission deadline of July 26, 2024, at 2:30 PM EST. This process aims to ensure that offerors receive proper guidance to facilitate accurate and responsive proposals for the repair work specified in the solicitation. The document emphasizes the importance of clarity in the procurement process and ensures that inquiries are systematically addressed through an amendment, thereby fostering transparency and effective communication between the government and potential contractors.
    The United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP) outlines procedures for addressing procurement disputes in an efficient manner without resorting to litigation. The program encourages interested parties to first resolve concerns informally with the Contracting Officer. If unresolved, they can escalate to a formal agency protest either through the Contracting Officer or directly with the Ombudsman. Should a formal protest be filed, contract performance may be suspended unless critical needs arise. The aim is to resolve protests within 35 days. Protests must comply with established guidelines, including filing within set timeframes and including requisite information. The document also provides direct contact details for the Ombudsman, assisting parties in navigating the protest process effectively. Overall, the OPAP seeks to foster resolution and transparency within the USCG contracting framework, prioritizing timely and fair outcomes.
    The document outlines the justification for a sole source procurement in accordance with federal acquisition regulations, specifically FAR 13.106-1(b). The requirement is related to Work Item 14, which involves the Directional Control Valve upgrade needing specialized services from Rexroth representatives due to their unique expertise, proprietary information, and the obsolescence of the equipment. The justification states that only Rexroth personnel can provide the necessary certification, installation guidance, and compliance assurance because they possess exclusive knowledge and access to essential technical data, which is not available from any other suppliers. Market research efforts confirmed that no other sources could meet the specific requirements needed for installation and repair without risking equipment damage. The document also notes that while competition is ideal, proprietary constraints inhibit full and open bids. The Coast Guard will continue efforts to research and potentially enhance competition, albeit acknowledging the current impracticality without access to proprietary resources. Overall, this document serves as a formal request to approve a sole source acquisition, highlighting the necessity of using Rexroth for project success and safety.
    The document outlines the justification for a sole source procurement under Simplified Acquisition Procedures (SAP) due to the specific technical requirements of Work Items related to Appleton Marine equipment. It states that only an authorized Appleton Marine Technical Representative, certified in the crane model SB230-42, can provide the necessary services for inspection, repair, and compliance with manufacturer procedures. The justification highlights that no other sources can meet these specialized requirements, as they possess proprietary knowledge essential for the proper installation and calibration of the equipment. The document also notes the absence of adequate purchase descriptions for full competition, citing the proprietary nature of the manufacturer’s information as a barrier. To improve future acquisitions, the Coast Guard plans to continue market research, but recognizes the challenge of obtaining competition without access to proprietary data. The overall purpose is to explain the necessity of sole source procurement given the unique conditions tied to the specific equipment and the qualifications required for servicing it.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DRYDOCK REPAIRS TO THE CGC CIMARRON AND BARGE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs on the Coast Guard Cutter (CGC) Cimarron and its associated barge, scheduled for fiscal year 2025. The procurement involves extensive maintenance tasks including hull inspections, fire prevention measures, ultrasonic testing, and preservation of various vessel components, all aimed at ensuring operational readiness and compliance with safety and environmental standards. This initiative is critical for maintaining the functionality and safety of Coast Guard assets, with the contract award anticipated by October 21, 2024. Interested parties must submit their responses by September 16, 2025, and can contact Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil for further details.
    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 drydocking 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 contractors, particularly small businesses, must acknowledge receipt of the solicitation amendment and complete a site inspection by September 3, 2024, with inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified small businesses to provide commercial services for the dry dock repairs of the USCGC George Cobb (WLM-564) during fiscal year 2025. The procurement encompasses all labor, materials, and equipment necessary for various repairs, with a performance period from December 10, 2024, to February 17, 2025, ensuring compliance with specific technical specifications and safety standards. This opportunity is critical for maintaining the operational readiness and safety of the vessel, reflecting the U.S. Coast Guard's commitment to its fleet's integrity. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the August 30, 2024, deadline.
    DOCK-SIDE USCGC MOHAWK FY25 DS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking potential sources for dockside repairs to the USCGC Mohawk (WMEC 913) scheduled for fiscal year 2025. The procurement aims to identify qualified contractors capable of performing essential maintenance tasks, including cleaning, inspecting, and overhauling various machinery and systems on the vessel, such as seawater heat exchangers and sewage systems. This opportunity is critical for ensuring the operational readiness and longevity of the USCGC Mohawk, which plays a vital role in maritime safety and security. Interested companies should contact Chelsea Clark at Chelsea.Clark@uscg.mil to express their capabilities and intent to submit a proposal, with the performance period projected from March 24, 2025, to May 22, 2025. Please note that this notice is exploratory and does not guarantee a contract award.
    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.
    Dry-dock: USCG STA NOYO RIVER (47271) FY2024 UNPLANNED DRYDOCK REPAIRS
    Active
    Homeland Security, Department Of
    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.
    DOCKSIDE: USCGC THETIS DS FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for dockside repairs and maintenance on the USCGC Thetis (WMEC-270B) for Fiscal Year 2025. The procurement is fully set aside for small businesses, including those owned by women, service-disabled veterans, and disadvantaged individuals, and encompasses essential services such as cleaning and inspecting aviation fuel tanks, load testing power supplies, and preserving deck structures, all in compliance with Coast Guard standards. This opportunity is crucial for maintaining the operational readiness and safety of the Coast Guard fleet, reflecting a commitment to high-quality maritime operations. Proposals are due by September 13, 2024, at noon, and interested parties can contact Monica Paul at Monica.W.Paul@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    35-Foot Full Cabin Response Boats FMS Barbados DT-P-LXY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of two 35-foot full cabin response boats and associated trailers as part of the Foreign Military Sales program for Barbados. The boats must meet specific performance criteria, including a top speed of at least 45 knots, aluminum hull construction, and various electronic systems to support maritime law enforcement and counter-narcotics missions. This procurement is crucial for enhancing maritime capabilities and ensuring effective operational readiness in international waters. Interested small businesses must submit their quotes electronically by September 12, 2024, and direct any inquiries to Contract Specialist Micha Wisniewski at Micha.A.Wisniewski@uscg.mil or Contracting Officer Christina Ayers at Christina.L.Ayers@uscg.mil.
    BARBARA MARBRITY DISCREP 23018
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of maintenance, repair, and rebuilding services for ship and marine equipment. The service is typically used to ensure the proper functioning and upkeep of equipment used in maritime operations. The place of performance for this procurement is Mobile, AL, with a zip code of 36615, in the United States. The primary contact for this procurement is Kyler Fisk, who can be reached at KYLER.C.FISK@USCG.MIL or 9492881271. The secondary contact is Jeramyah George, who can be reached at JERAMYAH.W.GEORGE@USCG.MIL or 5104375436. For more details, please refer to the Statement of Work (SOW).