DOCKSIDE: USCGC DONALD HORSLEY UNPLANNED DOCKSIDE FY25
ID: 70Z08025QPBPL0023Type: 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

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 small businesses to perform unplanned dockside repairs on the USCGC Donald Horsley (WPC 1117) for fiscal year 2025. The contract will involve critical repairs, including the renewal of the Main Diesel Engines, ensuring compliance with safety and environmental standards, and maintaining the vessel's operational integrity. This procurement is part of the government's initiative to support small and disadvantaged businesses, with a total small business set-aside under FAR 19.5, and work is to be conducted at the Coast Guard Base in New Orleans, Louisiana, from June 9 to August 13, 2025. Interested contractors should reach out to Maggie Trader at Maggie.L.Trader@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, with proposals due by May 27, 2025, at 9 AM.

    Files
    Title
    Posted
    The government file contains data related to various federal and state/local Requests for Proposals (RFPs) and grants, but the content appears heavily corrupted or encoded, making it unreadable in its current form. The document's structure suggests it may have been formatted to outline specific funding opportunities and project solicitations aimed at various sectors and stakeholders. However, due to the damage, essential details regarding specific projects, guidelines, eligibility criteria, and application processes are missing. The primary purpose of such files typically includes facilitating the distribution of financial resources for local development, infrastructure, and community enhancement initiatives. This underscores the government's commitment to promoting public welfare through transparent funding opportunities. Without clarity in the text, specific insights, key themes, or actionable information cannot be effectively identified. Therefore, further restoration or retrieval of the file is needed for comprehensive analysis and understanding.
    The document outlines a solicitation for commercial products and services, particularly aimed at Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). It specifies essential details such as the contract number, solicitation and award dates, and points of contact for inquiries. The contract is structured as a firm fixed-price agreement with mandatory compliance to various procurement regulations, including the Federal Acquisition Regulation (FAR). It emphasizes the importance of safeguarding contractor information systems and includes clauses regarding payment procedures, work requirements, and inspection protocols. The contractor is obligated to provide services as per the established schedule, with provisions for growth work and associated costs detailed within. The overall purpose is to facilitate government procurement from qualified small businesses while ensuring compliance with legal and regulatory standards. This solicitation highlights the government's initiative to support small and disadvantaged businesses by providing equitable opportunities within federal contracting frameworks.
    The document serves as an amendment to solicitation number 70Z08025QPBPL0023 concerning dockside work on the USCGC Donald Horsley. It extends the proposal submission deadline to May 27th at 9 AM and addresses several contractor queries regarding project specifications. Key clarifications include the work location in New Orleans, specific pier requirements for crane usage, and guidelines on replacing expansion joints. Contractors are advised to provide their own counterweights and ensure that at least one QL3 certified MTU technician is present. Additionally, the document emphasizes that contractors may only remove and replace insulation blankets covering exhaust silencers if they are in poor condition, as specified in the contract. Overall, the amendment maintains all previous terms while facilitating contractor understanding and compliance with project requirements.
    The document outlines a pricing schedule for contract work related to the USCGC Donald Horsley (WPC-1117) unplanned dockside operations for Fiscal Year 2025. It details various chargeable items, including continuing multiple MDEs (maintenance and development expenditures), travel, per diem, and a GFP (Government-Furnished Property) report. The pricing structure includes provisions for definite items and optional items, which may be modified based on actual contract scope needs. Specific costs for Over and Above/Growth work are provided, including labor rates and material markups, with quantities and unit prices outlined, although some fields are left incomplete. The cost estimates serve as a basis for contract modifications that may occur throughout the contract's duration. This pricing schedule is part of federal contracting procedures, ensuring compliance with RFP protocols for managing unforeseen work demands while maintaining flexibility in financial commitments.
    The document specifies the requirements for the unplanned dockside repairs of the USCGC Donald Horsley (WPC 1117) for fiscal year 2025. It outlines general requirements, references, government-furnished property, and critical inspection items necessary for the contractor to execute repairs effectively. Key components include the renewal of the Main Diesel Engines (MDEs), which involves providing specific plans for engine removal and reinstallation, as well as ensuring environmental protection and safety during the process. The contractor must demonstrate compliance with multiple standards and specifications, prepare detailed plans for placement and alignment of new engines, and maintain accurate records of inspections. Additionally, the document emphasizes the importance of satisfying the Coast Guard's requirements for stability, fire safety, and preservation of the ship's structure. Overall, it encapsulates the intent to restore the operational integrity of the vessel while ensuring adherence to environmental regulations and quality control measures throughout the repair process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC MOWAWK Dockside FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC MOHAWK (WMEC-913) during its fiscal year 2026 availability. The procurement involves comprehensive dockside repairs, including cleaning and inspecting various fuel and water tanks, inspecting and overhauling critical machinery, and ensuring the vessel's operational readiness. This opportunity is crucial for maintaining the operational capabilities of the 270-foot Medium Endurance Cutter, which is homeported in Key West, Florida. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on January 2, 2026, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, with the anticipated performance period spanning from August 10 to October 4, 2026.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    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.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    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.
    Stern Boat Launch, Incinerator & OWS System FY26 on USCGC CALHOUN (WMSL 759)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance and preservation of the Stern Boat Launch and Recovery System, as well as repairs on the USCGC CALHOUN (WMSL 759) for Fiscal Year 2026. The project includes Level II maintenance, inspection and testing of the incinerator, and grooming of the Oily Water Separator (OWS) System, with a requirement for OEM-authorized technical representatives for specialized equipment. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard vessel, with work to be performed at Carver Maritime in North Charleston, South Carolina, from January 12, 2026, to March 3, 2026. Proposals are due by December 18, 2025, and interested parties should contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or 510-501-5550 for further details.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) for Fiscal Year 2026. The project entails the renewal of the 1 (Starboard) Main Diesel Engine, which may involve either a complete assembly replacement or a component-based build-in-place approach, adhering to detailed specifications and standards outlined in the associated documentation. This renewal is critical for maintaining the operational readiness and performance of the vessel, which plays a vital role in maritime safety and security. Interested parties can reach out to Monica Paul at monica.w.paul@uscg.mil or by phone at 206-815-3361 for further details regarding the procurement process.
    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.
    DRYDOCK: USCGC HAMMERHEAD DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for drydock repairs for the USCGC HAMMERHEAD (WPB-87302) as part of the FY2026 procurement cycle. Contractors will be responsible for a range of maintenance tasks, including hull preservation, engine realignment, and system upgrades, with specific requirements outlined in the solicitation documents. This opportunity is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, emphasizing the importance of supporting diverse contractors in fulfilling critical maintenance needs for the Coast Guard fleet. Interested parties must submit their offers by December 29, 2025, and can direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details.