Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

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 for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II), which involves the design and construction of up to six boats capable of operating in challenging maritime conditions. These vessels will support critical missions such as Search and Rescue (SAR), Marine Safety, and Law Enforcement, particularly in the Pacific Northwest, where they must endure severe weather conditions. The contract will be awarded as a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a three-year base ordering period and an optional four-year extension, and proposals are expected to be evaluated based on technical merit, past performance, and pricing. Interested contractors should prepare for the Request for Proposal (RFP) release anticipated in late November 2024 and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Proposal (RFP) issued by the United States Coast Guard (USCG) outlines specifications for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II). This document serves to solicit proposals for the design and construction of a vessel capable of performing multiple mission roles, primarily in search and rescue (SAR) operations within challenging maritime conditions, including seas of up to 35 feet and wind speeds of 60 knots. Key sections cover administrative requirements, hull structure, propulsion, electrical systems, and mission-specific capabilities. The SPC-HWX II must support various missions such as law enforcement, marine safety, ecological protection, and port security. Design parameters emphasize durability, with a projected service life of 25 years and operational capacity in extreme weather. The vessel is required to accommodate a minimum crew of four and features such as medical assistance areas, areas for firefighting, and equipment for effective rescue operations are fundamental to its design. Overall, this RFP reflects the USCG's commitment to enhancing its operational capabilities through advanced marine technology, ensuring the safety and effectiveness of maritime missions in adverse conditions.
    The document outlines the Request for Proposal (RFP) for the United States Coast Guard's (USCG) Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II). It establishes comprehensive requirements for the design, construction, testing, delivery, and logistical support for the craft. The contractor is responsible for managing all phases, from design to acceptance, maintaining communication through scheduled meetings, and adhering to contractual documentation and data requirements. Key components include configuration management, warranty stipulations, and rigorous care and handling procedures during construction. The document emphasizes the importance of maintaining cleanliness and protection of equipment, conducting inspections, and ensuring compliance with defined baselines. Furthermore, the contractor must submit timely reports and collaborate with USCG during various design and development reviews, including critical milestones such as the Preliminary Design Review and the Critical Design Review. This framework is designed to ensure that the vessels are capable of meeting operational requirements while also addressing safety and regulatory standards throughout the project lifecycle.
    The RFP No. 70Z02325R93250001 outlines the pricing structure and evaluation criteria for a government contract related to design, development, and production under the SPC-HWX II initiative. It specifies that Offerors must complete the Price Schedule tab with unit prices for various Contract Line Item Numbers (CLINs) across multiple ordering periods, which include both a base and optional period. The subsequent evaluation worksheet tab automatically integrates the entered prices for calculating total contract values based on estimated ordering quantities. All entries, except CLIN X007, must be in $100 increments. CLIN X007 details specific costs for materials and labor associated with logistics support, centralizing the basis for cost comparisons. The document emphasizes the need for uniform pricing to facilitate evaluations by the U.S. Coast Guard (USCG) and highlights that the given prices will inform the SF-1449 contract, directly affecting the contract's maximum financial value. The structured table layout aids clarity in pricing across years, ensuring all potential costs and services over seven years are accounted for in the overall evaluation.
    The Draft Request for Proposal (RFP) by the U.S. Coast Guard outlines the project for the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II). It includes a comprehensive Contract Data Requirement List (CDRL) detailing the necessary documentation and schedules for successful project execution. Key components involve various engineering and safety reports, acceptance test plans, and configuration baselines that must be submitted at specified intervals throughout the craft's development. The document specifies requirements such as meeting agendas, design and development plans, non-destructive testing reports, and safety data sheets, aiming to ensure compliance with government standards and enhance operational efficiency. Timeline adherence and structured submissions are emphasized for approval processes, indicating a rigorous management approach to providing reliable maritime capabilities. The overarching goal is to optimize performance while sustaining safety and technical integrity in line with Department of Homeland Security objectives.
    This RFP document (70Z02325R93250001) pertains to the construction of boats for the U.S. Government, integrating Federal Acquisition Regulation (FAR) clauses modified for the specific requirements of this indefinite-delivery/indefinite-quantity (IDIQ) contract. It establishes regulations including applicable U.S. Codes that restrict the construction of vessels in foreign shipyards, emphasizes a structured delivery schedule with specified timeframes for design and production phases, and outlines the role of the Contracting Officer in overseeing contract administration and compliance. Critical considerations include requirements for formal proposals from contractors within set response times, detailed criteria for material and labor cost estimation, and protocols for invoicing, including electronic submissions. The document also addresses intellectual property rights related to deliverables and mandates contractors to inspect goods prior to acceptance. All contractors are expected to engage subcontractors competitively and to comply with specific quality and safety standards. Moreover, the contract prohibits the use of software or materials linked to Kaspersky Lab and other specified telecommunications equipment for national security reasons. This document serves as a comprehensive framework guiding offers to build specialized boats while ensuring regulatory adherence, operational efficiency, and national security in the procurement process.
    The document outlines the various attachments related to a federal government Request for Proposal (RFP). The attachments serve distinct purposes: Attachment 1 details specifications, while Attachment 2 presents a Statement of Work (SOW), outlining the project's scope. Attachment 3 contains a Price Schedule, and Attachment 4 includes Contract Data Requirement Lists (CDRLs). Additional attachments labeled with an asterisk, such as the Past Performance Questionnaire (Attachment 5) and Government Furnished Information (GFI, Attachment 6), provide crucial context for bidders. Also included are FAQs (Attachment 7) and a section for Questions and Responses (Attachment 8), aimed at addressing potential bidder inquiries. Notably, attachments marked with an asterisk were not included in the 26 September 2024 Solicitation Synopsis. This structure facilitates a comprehensive understanding of project requirements and expectations, guiding potential contractors in submitting competitive bids while ensuring adherence to federal standards and procedures for contractual engagement.
    The document outlines the solicitation provisions for RFP No. 70Z02325R93250001, emphasizing the submission guidelines for proposals related to the Special Purpose Craft – Heavy Weather Second Generation (SPC-HWX II). Offerors may submit up to two separate technical proposals, each evaluated independently without cross-referencing. Technical proposals must demonstrate comprehensive compliance with the specifications and the Statement of Work (SOW), detailing factors such as Mission Effectiveness, Systems Engineering, and Management Capability across two volumes. Volume I focuses on technical content, including calculations and narrative descriptions, while Volume II addresses past performance, pricing schedules, and required certifications. Proposal submissions must adhere to specific format and page limits, delivered exclusively via hand-carried delivery to the U.S. Coast Guard Headquarters. The evaluation criteria prioritize technical merits, past performance, and price, assessing how well proposals meet mission capabilities and production capabilities. This RFP underscores the government's intention to award a single contract based on the best value, aiming for a robust and compliant procurement process within the context of federal contracting practices.
    Lifecycle
    Similar Opportunities
    RFI - Waterways Commerce Cutter (WCC) Cutter Boats
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG), is seeking information from qualified firms regarding the Waterways Commerce Cutter (WCC) Cutter Boats, specifically for the upcoming Request for Proposal (RFP) for Cutter Boat – Aids to Navigation – Small (CB-ATON-S). The procurement aims to identify a single-design cutter boat to support various missions, including aids to navigation, search and rescue, and maritime law enforcement, as part of the recapitalization of the inland tender fleet. The industry day will be held on October 17, 2024, in St. Louis, Missouri, where demonstrations of existing cutter boat capabilities will take place, and interested vendors must confirm attendance by September 30, 2024. For further inquiries, vendors can contact William E. Lewis at William.E.Lewis3@uscg.mil, and responses to the RFI are due by April 29, 2024.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    CGC ALERT DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for the FY2025 dockside repairs of the USCGC ALERT (WMEC-630), which is home ported in Cape Canaveral, FL. The procurement aims to identify capable sources for a comprehensive scope of work that includes cleaning, inspecting, and potentially refurbishing various vessel components over a 59-day period starting May 5, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a significant role in maritime safety and security. Interested contractors should respond by September 30, 2024, and provide essential company information, including size classifications and necessary certifications, while ensuring they are registered with the System for Award Management (SAM). For further inquiries, contact Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at kaity.george@uscg.mil.
    Dock-side (DS): USCGC HEALY FY25 Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to perform dockside repairs on the USCGC HEALY for fiscal year 2025. The project entails comprehensive maintenance and inspection tasks, including critical repairs and structural upgrades, scheduled to take place from January 6, 2025, to May 8, 2025, at the cutter's home port in Seattle, Washington. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in Coast Guard missions. Interested small businesses must submit their quotes by October 17, 2024, at 3:30 PM Pacific Time, and can direct inquiries to primary contacts Robin B. Kloeppel or Andrew G. Jacobs via the provided email addresses.
    CGC VENTUROUS DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the USCGC Venturous (WMEC-625) during fiscal year 2025. The scope of work includes cleaning, inspecting, and overhauling various systems such as fuel tanks, ventilation ducts, and mooring equipment, encompassing 31 distinct work items at the cutter's home port in St. Petersburg, Florida. This opportunity is crucial for maintaining the operational readiness of the vessel, and the anticipated performance period is from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, including business size classification under NAICS code 336611 and past performance data, to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil, as the government will use the responses for market research ahead of potential solicitations.
    65' MULTI-PURPOSE VESSEL - GLACIER BAY NP
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting proposals for the procurement of a 65-foot Multi-Purpose Response Vessel for Glacier Bay National Park. This vessel, designated GLBA 339989, must be a high-speed, aluminum landing craft compliant with US Coast Guard regulations, equipped for emergency response operations, and capable of carrying a 45,000-pound deck load at speeds exceeding 30 knots. The initiative aims to enhance operational capabilities within the park, ensuring readiness for emergency situations while adhering to strict design and safety criteria. Proposals are due by September 25, 2024, with a delivery timeline of 24 months post-award, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or 907-201-7719 for further information.
    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 repairs. Interested parties, particularly small businesses, are encouraged to contact Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with a submission deadline extended to September 30, 2024, at 1:00 PM.
    Repair and Overhaul Rescue Hoist Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.
    DryDocking Repair for Fast Response Cutter (WPC) WPC 1144 Sentinel Class
    Active
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Centre Bahrain, is soliciting proposals for a Firm Fixed Price contract focused on drydocking repair services for the US Coast Guard's Fast Response Cutter (WPC) 1144 Sentinel Class. This procurement encompasses 35 specific work items essential for maintaining the operational readiness of the patrol boats. The repairs are critical to ensuring the effectiveness and longevity of the fleet, which plays a vital role in maritime security operations. Interested vendors authorized to operate in Bahrain must submit their proposals by October 14, 2024, at 11:00 AM Local Bahrain Time, and can obtain the Request for Proposal (RFP) by contacting Ryan Decena or Lisbon Dennis via the provided email addresses.