Buoy Overhaul and Maintenance for Coast Guard District 13
ID: 70Z08424RWOPL0003Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, USA

NAICS

Plate Work Manufacturing (332313)

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's United States Coast Guard (USCG) seeks contractors for Buoy Overhaul and Maintenance services in Coast Guard District 13, encompassing the Pacific Northwest. This procurement aims to ensure the efficient operation of aids to navigation buoys by providing maintenance, transportation, and timely deliveries. The base contract period is one year, with four optional years, emphasizing the need for prompt and reliable services.

    The USCG requires thorough overhauls and repairs of various buoy types, involving tasks such as surface preparation, welding, and component replacement. Additionally, the maintenance work entails managing electronics, mechanics, and logistics for buoy transportation. Key evaluation criteria include past performance and price, with the most advantageous offer being awarded the contract. Offerors must submit their proposals by 15 August 2024, with the contract commencing on 1 September 2024 or the award date.

    These buoys play a critical role in maritime safety, and the USCG aims to ensure their structural integrity and operational efficiency. The work involves meticulous repairs and adherence to stringent USCG standards, indicating a focus on quality and attention to detail. With a total estimated contract value of up to $500,000, this opportunity represents a significant project for successful bidders.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security, United States Coast Guard, seeks to amend a solicitation for buoys overhaul and maintenance services in USCG District 13. The primary objective is to correct two attachments related to color schemes and past performance evaluation. The amendment replaces the attachments with updated versions, specifically revising the title in the past performance questionnaire to reflect the correct service sought: buoy overhaul and maintenance. Offerors must acknowledge receipt of this amendment and have until the original due date to submit their proposals. The amendment does not alter other terms and conditions of the solicitation. This clarification ensures that contractors understand the Coast Guard's requirements and can accurately prepare their responses.
    The US Coast Guard seeks a contractor for the overhaul and maintenance of its regional buoy system. The primary objective is to ensure the efficient operation and visibility of aids to navigation buoys within specified regions. The contractor must provide management, labor, materials, and equipment for services including inspection, repair, reconditioning, and transportation of these buoys. These services cover a range of tasks, from removing marine growth and equipment to replacing missing parts, applying coatings, and performing quality control. The contract, with fixed unit prices, offers a base period and potential extension periods. Key dates include a submission deadline of 30 business days for the post-award conference and buoys delivery within specified timelines. The evaluation of proposals will consider factors such as quality control measures, employee qualifications, and compliance with environmental regulations. This comprehensive approach aims to maintain the integrity and effectiveness of the Coast Guard's buoy system.
    The government seeks to contract buoys' overhaul services, covering various tasks. The base period spans a year, with optional extensions. The scope includes inspection, repairs, and maintenance, focusing on electronics and mechanics. Work items involve replacing body plating, repairing battery pockets, and modifying serial numbers. Transporting the buoys to specified locations is also part of the contract, outlining trip destinations. The contract is firm-fixed-price, with additional work items priced separately. Critical dates include the base period from September 2024 to August 2025, with options to extend to August 2029. Evaluation criteria are not provided. The estimated value is $250 for the base period, with options potentially doubling that. The main objective is to ensure buoys are operational, safe, and efficient, primarily through overhaul services and transportation logistics.
    The United States Coast Guard seeks to overhaul steel ocean buoys, enhancing their structural integrity and longevity. These buoys, employed as aids to navigation, undergo meticulous repairs, surface preparation, and painting to ensure compliance with stringent Coast Guard standards. The primary goal is to restore and improve the condition of the buoys, enabling their continued use in maritime settings. This specification outlines detailed requirements for contractors, encompassing tasks such as dent and crack repairs, metal renewal, welding, and surface preparation to achieve near-white metal quality. Repairs are tailored to different buoy types, ranging from lighted buoys with radar towers to unlighted nun and can buoys. Contractors must also replace or repair various components, including lifting eyes, mooring attachments, towers, and battery pockets, ensuring they meet operational requirements. Key buoys features to be overhauled include watertightness, structural soundness, and corrosion resistance. The work involves a comprehensive quality assurance program, encompassing visual inspections, air tests, weld inspections, and surface profile inspections, with documentation on a QAIF form. Contractors are expected to adhere to strict material and welding specifications, employing materials such as steel, stainless steel, and aluminum in compliance with American Society for Testing and Materials (ASTM) standards. Painting follows a precise process using specified coatings, with manufacturers' instructions meticulously followed. The Coast Guard seeks to ship these fully assembled buoys with the exception of 5x11 buoys, using designated trailers and ensuring proper support and protection during transit. Key dates and delivery timelines are not explicitly mentioned within the provided information. However, the need for prompt turnaround is implied, given the operational requirements of the buoys.
    The U.S. Coast Guard seeks to procure concrete sinkers for buoy tenders through a solicitation. They require a past performance evaluation of a contractor intending to submit an offer. The evaluation focuses on key areas: quality of product or service, schedule adherence, cost control, business relations, and management of key personnel. The evaluation criteria aim to assess the contractor's ability and past performance in these areas. The Coast Guard aims to gather information to assist in deciding whether to award a contract. This PPQ is due by 15 August 2024, providing a concise overview of the contractor's performance and enabling an informed decision on their suitability for the procurement.
    The U.S. Coast Guard seeks to assess a contractor's performance for a Buoy Overhaul and Maintenance contract in District 13. The PPQ aims to gather information on the quality of products and services, schedule adherence, cost control, business relations, and management of key personnel. The evaluation focuses on the contractor's ability to meet requirements and the benefit derived from their performance. Ratings are provided for each area, with an overall assessment and the possibility for additional comments. The deadline for submitting the completed PPQ is 15 August 2024 at 3:00 PM Eastern Time.
    The U.S. Department of Labor has reserved this file for wage determinations pertaining to the state or county of the awardee's facility. This attachment is an essential component of the procurement process, as it establishes the prevailing wage rates that will apply to the contract, ensuring compliance with labor regulations.
    The government seeks to procure various components and services for maintaining and enhancing its infrastructure, primarily focusing on radar reflector assemblies and buoy systems. 1. Procurement Objective: - The primary objective is to acquire aluminum radar reflector plates, rings, and bases along with steel and aluminum buoy components, including plates, cones, and lifting eyes. 2. Specifications and Requirements: - Radar Reflector Specifications: Made of aluminum, 1/8 inch thick, with specific hole patterns and dimensions. - Buoy Specifications: Steel and aluminum components with precise dimensions and weight tolerances, including counterweights, mooring eyes, and base plates. 3. Scope of Work: - Fabricate and assemble radar reflectors with the specified components. - Manufacture buoy systems, including the integration of battery boxes, bell stands, and gongs. 4. Contract Details: - The contracts are likely to be fixed-price, with value estimates ranging from $30 to $5000 for the radar reflectors and buoy components, respectively. 5. Key Dates: - The documents don't specify a timeline or submission deadlines. 6. Evaluation Criteria: - The ability to meet the exact specifications and tolerances for the radar reflectors and buoys will be a key evaluation criterion. Additionally, the government requires solar buoy modifications, including redesigning battery boxes to accommodate two batteries, modifying mounting stands, and adding solar panels. This work entails precise dimensions and the use of specific materials, with tolerance and fabrication requirements.
    The U.S. Coast Guard seeks to contract Buoy Overhaul & Maintenance services for District 13, covering the Pacific Northwest. The contract, with a base period of one year and four optional years, offers fixed unit prices for services. The successful bidder will transport buoys to and from designated locations and perform repairs and overhauls according to specified standards. Estimated quantities vary and will be ordered through task orders, with priority given to small businesses. Key dates require offers to be submitted by 15 August 2024 at 3:00 PM Eastern. The contract, if awarded, will begin on 1 September 2024 or the date of award. Evaluation of offers will consider past performance and price, with the most advantageous offer being awarded the contract. Offerors must provide technical, past performance, and pricing proposals, with the latter including firm-fixed prices for each contract line item.
    The government seeks to overhaul and outfit steel buoys, procuring specific materials required for the task. These include various sized bells and their stands, gong sets, whistle assemblies, and radar reflectors. The government will provide some resources, like cranes for loading, but the contractor must manage and account for the procured items. The report's focus is on the status of these government-furnished properties, requiring quarterly updates on their quantities. Key dates are set for submission of these reports, with the first due on December 20th. This file primarily aims to outline the logistics of buoy maintenance, focusing on the administration and management of the supplied materials.
    This file specifies required delivery days for various buoy types undergoing overhaul and color change requests. The delivery timeline depends on the availability of buoys, with calendar days allocated for each task. The listed CLINs detail the buoy models and corresponding work requirements, such as overhauls and color changes, along with the associated calendar days for completion. For instance, the OOO1AA CLIN entails an overhaul and color change of the 9X35LWR buoy within 26 and 11 calendar days, respectively. The document also provides examples of how delivery dates are calculated for multiple buoys on a single task order. This information is crucial for contractors to plan and execute the requested services efficiently.
    The government agency seeks information on potential color schemes for a project, providing estimates for different zones. The focus is on specifying base colors and their variations, with mentions of horizontal and vertical stripes. The data includes anticipated quantities for each scheme, offering insights into the project's potential direction. While the exact contract details and timelines are unclear, this information provides a valuable starting point for vendors to understand the agency's vision and propose solutions accordingly.
    The government agency seeks to procure specialized color schemes for application in specific zones across the United States. The objective is to obtain detailed information about anticipated color themes, likely to be implemented in different areas. Zone 2, covering the Southwest U.S., has a diverse range of horizontal and solid color schemes, with red, green, and black as prominent colors. Zone 3, focusing on the Eastern U.S., favors solid color schemes, with red and green prevailing. The agency requires an accurate representation of these estimated color schemes, emphasizing that these are not final but are intended to guide contractors in understanding the project's vision. This information will assist in preparing submissions for the procurement process.
    The government seeks to repair and refurbish foam buoys, ensuring they meet operational standards. These buoys serve critical roles in maritime safety. The scope entails surface preparation, foam and metal repairs, and coating applications. Specific materials, from steel bars to epoxy primer, must meet stringent specifications. Welding repairs and inspections are detailed, ensuring structural integrity. Foam repair techniques, using heat welding for patches and strips, are outlined. Preservation and coating with epoxy primer, polyurethane topcoat, and antifouling bottom coat are specified to protect buoy surfaces. Quality assurance and testing procedures are emphasized, focusing on visual weld inspections and surface preparation inspections. The contract requires delivery of the fully assembled buoys, with specific shipping instructions, and offers insight into the potential quantities and variations of buoys to be overhauled.
    The primary objective of this procurement is to acquire logistics and delivery services for buoys and Green Force Packages (GFP). The focus is on efficient pickup and delivery operations, with mentions of requisition forms and task orders, indicating a structured process. The forms require frequent submission, emphasizing the ongoing nature of these tasks. While specific quantities aren't explicit, the emphasis is on timely inspections and reports, with forms such as the Condition Found Report (CFR) and Contract Discrepancy Report (CDR), which suggest a quality control aspect to the procurement. The DD-1149 form highlights the requirement for accurate tracking and documentation of deliveries. No specific contract details or timelines are provided, but the forms indicate a structured approach with potential military applications, and the evaluation criteria appear centered on timely and accurate deliveries, and the quality of inspection and reporting. This file thus underscores the importance of diligent administration and execution in the supply chain.
    The primary objective of this procurement is to secure services for the maintenance and timely delivery of aids to navigation buoys for the United States Coast Guard (USCG) locations. The contractor will be responsible for overhauling and delivering these buoys according to specified standards and timelines. The Coast Guard will closely monitor performance using a Quality Assurance Surveillance Plan, allowing for deductions from contract payments for any delays or deficiencies. This work is essential to ensuring the safety and efficiency of marine navigation. The RFP outlines a firm requirement for the delivery of buoys to USCG sites, emphasizing punctuality with a maximum allowable deviation of 1% for every day late. The evaluation of contractor performance will be based on surveillance and quality assurance, with payments adjusted based on adherence to these criteria. The contract appears to be a firm-fixed-price arrangement, with potential deductions for late or inadequate performance. Key dates include work order issuance and completion deadlines, which are critical for maintaining efficient marine operations.
    The government seeks to monitor and assure the quality of contractor services for buoy maintenance and modification. The emphasis is on evaluating performance against specified requirements without dictating the methods. Surveillance methods include COR inspections and quality assurance activities, with deductions made for unsatisfactory work. Each work item has specific criteria, including overhauls, color changes, upgrades like body plating replacement, and transportation arrangements. The plan outlines a comprehensive assessment, with checklists for different work items, ensuring thorough evaluation of the contractor's performance against the terms of the contract.
    Similar Opportunities
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    BUOY ANCHOR CHAIN REPAIR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the repair of buoy anchor chains at the Manchester Fuel Department. The project involves replacing and repairing buoy anchor chains and hardware, ensuring compliance with marine industry standards, safety regulations, and environmental protocols. This procurement is critical for maintaining the operational safety and integrity of the mooring buoys, which are essential for naval operations. Interested small businesses must submit their proposals by September 18, 2024, and can direct inquiries to Rebecca Brucker at rebecca.c.brucker.civ@us.navy.mil.
    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 dry docking 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 small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further 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 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.
    Landscaping Services at Base Astoria and Tongue Point
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at Base Astoria and Tongue Point in Oregon. The procurement requires contractors to supply all necessary personnel, equipment, and materials to perform tasks such as mowing, edging, and maintaining the appearance of grassy areas on a bi-weekly basis from mid-February to mid-November, with an average of 27 visits annually. This contract is vital for maintaining the aesthetic and operational standards of the Coast Guard facilities, ensuring a well-kept environment. Interested small businesses must submit their quotes by 2:00 PM (PDT) on September 16, 2024, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation RFQ number 70Z03324QBASEA128.
    Justification For Other Than Full and Open Competition USCG Nationwide ENV ENG Services Multiple Award IDIQ $50M Additional Capacity
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard (USCG), is seeking to modify existing Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Nationwide Environmental Engineering Services, increasing the aggregate ceiling from $75 million to $125 million. This modification aims to address urgent demands related to environmental compliance, restoration, and sustainability, as the current capacity is projected to be exhausted by late FY24. The additional capacity of $50 million will ensure the continuity of high-quality services while a replacement contract is procured in FY25, maintaining efficiency in task orders without altering the contract period, which extends through December 2028. Interested parties can contact Gabriel D. Perez at gabriel.d.perez@uscg.mil for further information.
    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.
    Aviation Availability: USCGC ALERT FY25 AA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC ALERT (WMEC-210B) during fiscal year 2025. The procurement involves a range of maintenance tasks, including cleaning and inspecting aviation fuel tanks, conducting load tests on power supplies, and adhering to environmental regulations and safety protocols throughout the repair process. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and operational standards set by the U.S. Coast Guard. Interested parties should contact Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or 206-815-4330, with the performance period scheduled from January 6, 2025, to February 4, 2025, and a total small business set-aside designation under FAR 19.5.