Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD
ID: 70Z04025QSBPL0006Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

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 Dry-Dock services at Station Bellingham for fiscal year 2025 under the solicitation titled "Dry-Dock: USCG STA BELLINGHAM (45688) FY25 UPDD." The procurement aims to secure a contractor capable of performing essential ship repair and maintenance services, including inspections, welding, and alterations, to ensure the operational readiness of Coast Guard vessels. This opportunity is particularly significant as it emphasizes the engagement of small businesses through a Total Small Business Set-Aside, promoting competition and compliance with federal procurement standards. Interested contractors should direct inquiries to Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil, with proposals due by the specified deadline outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines additional contract requirements for a government ship repair contract, detailing the contractor's responsibilities in various areas. Key requirements include ensuring facility accessibility for vessels, maintaining adequate insurance such as Ship Repairer's Liability and General Liability, and granting government personnel access to the repair site. The contractor must keep complete inspection records and manage government property responsibly. Specific clauses emphasize indemnification for vessel access, the authority of the contracting officer, and the prohibition of unauthorized performance of growth work without prior approval. The contractor's composite labor rate will encompass all labor-related costs, while invoicing instructions specify detailed documentation for payment requests. Additionally, the contractor is required to provide certifications for drydock facilities, maintain welding qualifications, and submit a comprehensive preliminary planning document. The emphasis on quality assurance and compliance with safety standards underscores the importance of maintaining high operational standards. Overall, these requirements aim to ensure the smooth, compliant execution of ship repair services for the Coast Guard.
    The document is a Past Performance Questionnaire (PPQ) issued by the U.S. Coast Guard as part of a Request for Proposal (RFP) process, specifically RFP: 70Z04025QSBPL0006. It aims to collect evaluations of a contractor's performance on prior contracts from references identified by the contractor. The PPQ details the submission instructions, including that completed forms should be sent directly to the Contract Specialist and not the contractor being evaluated. Essential sections include general information about the evaluator and the contractor, as well as a series of performance evaluation criteria such as Quality of Product or Service, Schedule adherence, Cost Control, Management effectiveness, and Regulatory compliance. Each criterion includes a rating scale from Exceptional to Unsatisfactory to assess the contractor's performance. The questionnaire concludes with a summary section asking the evaluator if they would award another contract to the contractor and their overall assessment. This document serves as a critical tool in gauging contractor reliability and capability in fulfilling government contracts, ensuring accountability and quality in public procurement.
    The US Coast Guard (USCG) is seeking proposals through solicitation 70Z04025QSBPL0005 for unplanned drydock repairs at ANT Panama City for fiscal year 2025. Contractors are expected to provide all necessary labor, materials, and services to perform specified repairs and alterations on the vessel. The proposal process encourages bidders to thoroughly review all specifications, as any oversight can impact their estimation of costs and execution difficulties. The Schedule of Supplies and Services outlines specific work items, referred to as Contract Line Item Numbers (CLINs), which contractors must address, including tasks such as inspections of hull plating and systems, welding, cleaning diesel fuel tanks, and conducting sea trials. Each CLIN includes a description, quantity, unit of issue, and unit price for bidders to fill out and submit in Excel format. The solicitation also notes the necessity of providing certain optional services. The purpose of this RFP is to secure a contractor capable of executing essential repairs to maintain operational readiness while adhering to federal procurement standards. The clarity of requirements aims to facilitate accurate and competitive bidding within the industry.
    The document outlines a solicitation for the Women-Owned Small Business (WOSB) program, specifically for a contract involving commercial products and services. It includes key details such as submission deadlines, contact information, and evaluation criteria. The solicitation demands specific documentation from vendors, including a completed SF1449 form, proof of insurance, relevant certifications, and a comprehensive price breakdown. The evaluation of offers will primarily consider technical capabilities, price fairness, and past performance history based on the Contractor Performance Assessment Reporting System (CPARS). The contract focuses on ship repair, stipulating conditions regarding contractor facility accessibility and required insurance coverage during contract execution. Significant clauses address timely invoicing, compensation, and compliance with federal regulations pertaining to labor laws and trafficking. This solicitation exemplifies the government's effort to engage small businesses within the framework of federal grants and local RFPs, ensuring transparency, competition, and adherence to established compliance protocols in government acquisitions.
    The USCG Specification for Underwater Body Drydock Repairs (RB-M 45) outlines the requirements for conducting maintenance and repairs on the Coast Guard's Response Boat-Medium (RB-M). The document includes a comprehensive list of work items such as general welding, ultrasonic testing, hull inspections, and preservation tasks. Each work item lists specific procedures, materials, and government-furnished property necessary for the repair process, emphasizing the importance of quality assurance and adherence to environmental standards. Key aspects of the specification mention the need for detailed reporting and inspection documentation, critical for maintaining the boat's operational readiness. Contractors are required to provide all necessary protective measures and follow safety protocols during the repair process. The overall purpose of these guidelines is to ensure that Coast Guard vessels remain safe and efficient for service while meeting federal guidelines and standards for maritime operations. This document serves as a core reference for contractors engaging in federal RFPs, specifically those related to marine vessel maintenance and operational compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    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.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Dry-dock (DD): USCGC KIMBALL FY25 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry-dock repairs of the USCG Cutter KIMBALL (WMSL 756) for fiscal year 2025. The procurement involves a requirements contract for necessary maintenance and repair services, with the first task order scheduled from May 13 to June 12, 2025, and a submission deadline for quotes set for March 12, 2025. This opportunity is critical for ensuring the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested contractors can direct inquiries to Kyra May at Kyra.L.May@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil for further clarification on the solicitation process.
    DOCKSIDE: CGC ESCANABA FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Escanaba (WMEC-907) scheduled for fiscal year 2025. The project involves comprehensive cleaning, inspection, and overhaul of various systems, including seawater heat exchangers and sewage systems, with an anticipated duration of 60 days starting August 18, 2025. This procurement is critical for maintaining the operational integrity and readiness of the vessel, ensuring compliance with Coast Guard standards and environmental regulations. Interested contractors must respond to the Sources Sought Notice with company details and past performance records, and are encouraged to register in the System for Award Management (SAM) for future solicitation announcements. For further inquiries, contact Ms. Lenore D. Sevier at LENORE.D.SEVIER@USCG.MIL or by phone at 571-607-4729.
    USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor capabilities for the dry-dock repairs of the USCG STA Los Angeles/Long Beach vessel. The procurement aims to identify qualified small businesses that can perform extensive repairs, including inspections and renewals of various systems, under a firm-fixed price contract anticipated to last approximately 90 days. This opportunity is crucial for maintaining the operational readiness of the Coast Guard's fleet, ensuring that vessels are in optimal condition for service. Interested contractors must submit their responses by March 3, 2025, and can direct inquiries to Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil.
    USCGC KIMBALL Dockside FY25 FQ3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside maintenance of the USCGC KIMBALL, scheduled for fiscal year 2025. The procurement aims to solicit bids for shipbuilding and repair services, emphasizing compliance with regulatory standards and best practices in the industry. This opportunity is crucial for maintaining the operational readiness and integrity of the Coast Guard's fleet, ensuring that vessels are equipped to perform their missions effectively. Interested parties should contact William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Richard Rawlings at richard.n.rawlings@uscg.mil or 206-815-2112 for further details regarding the submission process and timelines.
    DOCKSIDE (DS): CGC DILIGENCE DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs of the USCGC DILIGENCE (WMEC 616) scheduled for Fiscal Year 2026. The procurement aims to identify sources capable of performing various repair tasks, including renewing flexible couplings, cleaning seawater heat exchangers, inspecting sewage systems, and repairing deck plating, all to be conducted at the cutter's homeport in Pensacola, Florida. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested companies are encouraged to submit their capabilities and past performance information, with the anticipated repair timeline set for 55 days from October 6, 2025, to November 29, 2025. For further inquiries, interested parties may contact Keith Willis at keith.d.willis@uscg.mil or call 443-566-3931.
    USCGC Waesche Dual Point Davit Modify
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to modify the Dual Point Davit (DPD) on the USCGC Waesche as part of a combined synopsis/solicitation. The project involves modifying the DPD for constant tension capability, installing a machinery space camera system, and conducting biennial maintenance inspections, with the work scheduled from March 10, 2025, to May 28, 2025, followed by sea trials on July 1, 2025, at the Coast Guard Base in Alameda, California. This procurement is critical for maintaining the operational readiness and safety of Coast Guard vessels, emphasizing compliance with the Surface Forces Logistics Center Standard Specification and thorough documentation of all maintenance activities. Interested small businesses should contact Kyler Fisk at kyler.c.fisk@uscg.mil or 949-288-1271, or Ulises Balmaceda at ulises.o.balmaceda@uscg.mil or 510-437-5438 for further details.
    CGC ABBIE BURGESS UNPLANNED DOCKSIDE REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for unplanned dockside repairs for the Coast Guard Cutter ABBIE BURGESS (WLM-553), a 175-foot buoy tender. The procurement involves various repair tasks, including fire prevention requirements and installation of Aton tie-downs, with the anticipated performance period set from May 27, 2025, to July 17, 2025, at the cutter's homeport in Rockland, Maine. This opportunity is significant as it ensures the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested parties must respond to the sources sought notice by February 20, 2025, at 4:00 PM EST, and can direct inquiries to Iran Walker at Iran.N.Walker@uscg.mil or by phone at (757) 628-4563.