USCGC Kanawha Dockside Components Blast and Paint
ID: 70Z02926QNEWO5345AType: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers (332812)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BRUSHES, PAINTS, SEALERS, AND ADHESIVES (J080)

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 a qualified contractor to provide blasting and painting services for components of the USCGC Kanawha at their Industrial Production Facility in St. Louis, Missouri. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project, which includes surface preparation, non-destructive testing, and application of a USCG-approved painting system, adhering to specific quality and safety standards. This procurement is crucial for maintaining the operational readiness of the vessel, with a firm-fixed price service contract expected to be awarded to the lowest-priced quoter. Interested parties must submit their quotes by January 9, 2026, and direct any questions to Mr. Justin Austin at Justin.c.austin@uscg.mil or by phone at 985-273-4082.

    Files
    Title
    Posted
    This document outlines essential FAR and HSAR clauses for fixed-price service contracts, relevant for federal government RFPs. It details 35 FAR clauses covering definitions, anti-kickback procedures, small business utilization, labor standards, equal opportunity, payments, disputes, and termination. Additionally, it lists 7 HSAR clauses specific to Department of Homeland Security contracts, addressing contractor employee access, corporate expatriates, commercial item acquisition, strikes, hazardous substances, insurance, and technical representatives. The document emphasizes the applicability of clauses like FAR 52.222-41 for service contract labor standards, FAR Part 12 for commercial services, and FAR 52.246-4 and FAR 52.249-2/8 for inspection and termination. These clauses ensure compliance with regulations regarding various aspects of contract performance, including labor, ethics, and government interests.
    This document is a Standard Form 1449,
    This government Scope of Work outlines the requirements for a contractor to abrasive blast and paint various components from the USCGC KANAWHA (WLR 75406), including spuds, a boat boom davit, a Shaw Box electric hoist, a capstan deck plate, a capstan barrel, and capstan guards. The work, to be performed at the contractor's facility between January 26, 2026, and February 18, 2026, involves surface preparation to SSPC-SP 10/NACE No. 2, non-destructive testing (NDT) of welds by a third-party, and application of a USCG-approved painting system with specific color and thickness requirements. The contractor is responsible for all materials, labor, transportation, and compliance with applicable safety, environmental, and quality assurance regulations, including completing several QA inspection forms and providing EPA certifications.
    This government file, Wage Determination No. 2015-5075 Revision No. 30, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract workers in specific counties across Illinois and Missouri. It details hourly rates for numerous occupations, grouped by categories such as Administrative Support, Automotive Service, Health, and Technical, effective July 8, 2025. The document specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into or renewed on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively. It also mandates paid sick leave under Executive Order 13706, health and welfare benefits, vacation, and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials, and uniform allowances. The conformance process for unlisted occupations is also described, ensuring fair compensation for all service employees.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    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 Sturgeon Bay MPCMS Grooming
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor services for the grooming of the Machinery Plant Control-Monitoring System (MPC-MS) aboard the Cutter Sturgeon Bay (WTGB-109). The primary objective is to conduct a comprehensive inspection, grooming, and verification of the MPC-MS to ensure operational readiness, which includes tasks such as hardware inspection, correcting wiring discrepancies, calibrating sensors, and performing operational testing across various systems. This project is critical for maintaining the functionality and safety of the cutter's systems, with the period of performance scheduled for January 5-9, 2026. Interested contractors can reach out to Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Shipbreaking of USCG 160' Inland Construction Tenders
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking interested vendors for shipbreaking services to dispose of up to 160’ Inland Construction Tenders deemed excess, located between St. Louis, Missouri, and Mobile, Alabama. The procurement involves dismantling, demilitarizing, and recycling or disposing of the vessels in compliance with local, state, and federal regulations, including the appointment of an Environmental Manager and adherence to stringent environmental protection measures. This opportunity is crucial for maintaining the USCG's operational efficiency and environmental responsibility. Interested firms must respond to the Sources Sought Notice by January 9, 2026, providing detailed information about their capabilities and past performance to Nichol Fitzpatrick at nichol.a.fitzpatrick@uscg.mil.
    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 STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 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 company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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 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.