Stern tube/ Dive Inspection
ID: 52000QR260001341Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

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 proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.

    Point(s) of Contact
    Files
    Title
    Posted
    The OSHA Instruction CPL 02-00-143, effective August 11, 2006, provides comprehensive guidelines for commercial diving operations under 29 CFR Part 1910, Subpart T. This directive, applicable OSHA-wide, aims to reduce injuries and fatalities in the commercial diving industry through improved intervention and inspection programs. It updates and consolidates previous guidance, offering information for compliance officers, industry stakeholders, and federal agencies. Key revisions include updated inspection guidelines, no-decompression limits for air dives, international code flag “Alpha” requirements, and primary diving mode comparisons. The instruction also provides guidance on OSHA's authority, exclusions/exemptions, diving-tender duties, injury/illness reporting, and includes a comprehensive checklist for inspections. It emphasizes the importance of safe practices manuals, pre-dive planning, and emergency procedures, while outlining federal and state jurisdictional boundaries for commercial diving operations. This instruction replaces OSHA Directive STD 01-17-001.
    The Smart Matrix Table from Acquisition.GOV lists various federal acquisition provisions and clauses, detailing their effective dates and relevant Federal Acquisition Regulation (FAR) prescriptions. These clauses cover a wide range of contractual requirements, including definitions, ethics (e.g., Covenant Against Contingent Fees, Anti-Kickback Procedures), subcontractor restrictions, whistleblower rights, and prohibitions against certain hardware, software, and telecommunications equipment from specified entities (e.g., Kaspersky Lab, covered foreign entities under the American Security Drone Act). The table also includes provisions related to representations and certifications, contract definitization, combating human trafficking, payments, protest procedures, and subcontracts for commercial products and services. This document serves as a crucial reference for government contractors and agencies to ensure compliance with federal regulations in procurement processes.
    The Statement of Work (SOW) outlines the requirement for a dive inspection of the USCGC RESOLUTE's stern tube to diagnose noise and vibration issues observed while underway. The inspection is scheduled to take place from December 15-19, 2025, at the USCGC RESOLUTE's location in St. Petersburg, FL. LT Logan Sullivan is designated as the Contracting Officer Technical Representative (COR) for this project, and the work item is specifically for a "Dive Inspection, Propulsion Shaft Bearings, External." This SOW is part of a federal government solicitation, likely an RFP, for specialized marine services.
    This government Statement of Work (SOW) outlines the requirements for a contractor to perform an underwater dive inspection of the #1 propulsion shaft waterborne bearings on a Coast Guard vessel. The inspection will include the main strut, intermediate strut, and stern tube bearing casting, with particular attention to observed squealing and vibrations from the stern tube bearing vicinity. The contractor must provide certified divers and equipment in accordance with 29 CFR 1910, Subpart T, and ensure continuous two-way communication with the Coast Guard Inspector. Key tasks involve a visual inspection for damage or obstructions, cleaning water grooves, inspecting for missing hardware, and providing a video report of all inspected surfaces with linear measuring devices for scale. The SOW emphasizes safety protocols, including a 24-hour advance notice to the Coast Guard Inspector and obtaining pre-diving clearance from the Officer-of-the-Deck.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC ALERT Drydock Repairs FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC ALERT (WMEC-630) scheduled for Fiscal Year 2026. The procurement involves extensive maintenance and repair work, including hull preservation, propulsion system overhaul, and various structural and piping renewals, with a performance period from February 16, 2026, to April 26, 2026. This contract is crucial for ensuring the vessel's operational readiness and structural integrity, adhering to Coast Guard standards and specifications. Interested parties should direct inquiries to Contract Specialists Matthew R. Stansberry at matthew.r.stansberry2@uscg.mil or Chelsea Clark at Chelsea.Clark@uscg.mil, and note that the closing date for offers has been extended to December 10, 2025.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Buyer not available
    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 TAMPA Stbd Controllable Pitch Propeller (CPP) Blade Bolts, Renew In-Water
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the renewal of the starboard Controllable Pitch Propeller (CPP) blade bolts on the USCGC TAMPA, to be conducted in-water. The contractor will be responsible for replacing all six blade bolts, extracting a broken bolt, flushing the CPP hydraulic system, and adhering to specific Coast Guard guidelines and federal regulations during the process. This work is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Proposals must be submitted by December 9, 2025, with the work scheduled to take place from December 15 to December 19, 2025, at the USCGC TAMPA in Portsmouth, Virginia. Interested parties should contact Joshua Miller at joshua.n.miller@uscg.mil for further details.
    52000QR260001351 USCGC WILLIAM HART HULL INSPECTION AND ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a hull inspection and zinc replacement for the USCGC William Hart, located in Honolulu, Hawaii. The contractor will be responsible for conducting a thorough inspection and cleaning of the vessel's underwater body, including hull plating, coating systems, transducers, and drive systems, as well as renewing zinc anodes. This procurement is critical for maintaining the operational integrity and safety of the vessel, ensuring compliance with safety regulations and standards. Interested small business vendors must submit their proposals, including a detailed cost breakdown and relevant documentation, by December 10, 2025, with the work scheduled to take place between December 1 and December 19, 2025. For further inquiries, vendors can contact Timothy Ford or Joshua Miller via their provided email addresses.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    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.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    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.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Buyer not available
    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.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Buyer not available
    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.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.
    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 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.