Notice of Intent to Sole Source Pacific Maritime Group
ID: 84-25-Q-34269-001Type: Special Notice
Overview

Buyer

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

NAICS

Other Support Activities for Water Transportation (488390)

PSC

SPECIAL SERVICE VESSELS (1925)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole-source contract to Pacific Maritime Group for training support related to the Maritime Security Response Team (MSRT) West in San Diego, California. The procurement aims to secure the vessel “DM Tapper & Ty Woods” for conducting critical training exercises, including Maritime Interdiction Operations (MIO), close quarters combat tactics, and simulated CBRNE challenges, scheduled for November 7-8, 2024. This training is vital for maintaining the qualifications of MSRT WEST members, ensuring they are prepared for short-notice maritime response missions, as no other vessels are available to meet the specific requirements within the necessary timeframe. Interested parties may submit capability statements to Leilani Sandle at leilani.d.sandle@uscg.mil by October 28, 2024, referencing notice number 84-25-Q-34269-001.

    Point(s) of Contact
    Files
    Title
    Posted
    This document justifies a sole-source procurement under simplified acquisition procedures for a training contract with Pacific Maritime Group. The training is vital for the Maritime Security Response Team (MSRT) West in San Diego, California, focusing on advanced maritime tactics. The justification outlines that Pacific Maritime Group is the only available provider capable of meeting specific requirements for the training within the limited time frame, as other vessels, including those from the USCG, USN, and NOAA, are unavailable. Despite attempts to solicit offers from other potential sources, no alternatives could fulfill the training requirements or schedule. It emphasizes the unique characteristics of the vessel, including necessary specifications and experienced crew, that enable effective training on short notice. The document acknowledges that while the statement of work could allow for open competition, logistical constraints eliminate feasible options. It ultimately reinforces the necessity for this procurement via a sole-source approach to ensure MSRT West maintains qualifications essential for their mission.
    The document outlines a Statement of Work (SOW) for the U.S. Coast Guard's Maritime Security Response Team (MSRT) West, detailing the requirements for conducting training in Maritime Interdiction Operations (MIO) using two specified tugboats. The contractor must provide vessels between 100 to 150 feet in length with an open deck space of at least 12 feet by 12 feet, capable of reaching 25 nautical miles offshore. Key features include a flat freeboard for safe climbing, the ability to accommodate around 35 personnel for safety and evaluation, and multiple internal spaces for training operations. The training is scheduled for November 7-8, 2024, offshore Point Loma, CA, focusing on close quarters combat tactics and medical scenarios using Simmunitions. The document emphasizes maintaining an obstacle-free environment for rigorous training and ensuring full access for realistic team movements. This RFP highlights the U.S. Coast Guard's commitment to comprehensive training and operational readiness in maritime security operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Solicit Sole Source - MEPS Generator and ACU Components
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract for the procurement of MEPS Generator and ACU components from Mobile Electric Power Systems, Inc. This acquisition is critical for supporting the U.S. Coast Guard's Response Boat Medium (RB-M) vessels, ensuring they are equipped with Original Equipment Manufacturer (OEM) parts necessary for operational readiness. The contract is anticipated to be a one-time purchase, with delivery expected within 90-120 days of award, and will follow the Federal Acquisition Regulations for commercial products and services. Interested vendors may submit capability statements to Tracy L. Jacobs at tracy.l.jacobs@uscg.mil by 2:00 PM ET on November 4, 2024, for consideration, although this notice does not constitute a request for competitive proposals.
    UPDATED Military Sealift Command Unlicensed Engine Mariners to Licensed 3rd Assistant Engineers Training Program
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking vendors to develop a training program that transitions Unlicensed Engine Mariners to Licensed 3rd Assistant Engineers, in compliance with U.S. Coast Guard standards. The program must encompass comprehensive training, including USCG-approved courses, full simulation experiences, and support for licensing exams and applications, with on-campus lodging and meal services for cohorts of at least five Civil Service Mariners. This initiative is crucial for enhancing the MSC workforce's capacity by providing structured educational opportunities that meet or exceed specified USCG requirements over a five-year period. Interested vendors must submit a capability statement by March 26, 2024, and can contact Jim Ellis at james.p.ellis54.civ@us.navy.mil or Lawren Wolf at lawren.h.wolf.civ@us.navy.mil for further details.
    Unlicensed Engine Mariners to Licensed 3rd Assistant Engineers Preparation Training Program
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting a market survey for an Unlicensed Engine Mariners to Licensed 3rd Assistant Engineers Preparation Training Program. This initiative aims to provide Civil Service Mariners (CIVMARs) with the necessary training and skills for obtaining US Coast Guard licensing, specifically focusing on engine operation for vessels with power ranging from 750KW to 4000 HP. The program will feature a comprehensive curriculum that includes USCG-approved training, simulation experiences, and various courses such as Advanced Fire Fighting and Diesel Engineering, accommodating cohorts of six or more unlicensed mariners. Interested vendors are encouraged to submit capability statements by November 1, 2024, as the contract is expected to commence on March 1, 2025, with a five-year ordering period concluding on February 28, 2030. For further inquiries, interested parties may contact Jim Ellis at james.p.ellis54.civ@us.navy.mil or by phone at 757-443-5913.
    WINSLOW, GRIESSER TECHNICAL SERVICE BUILD / INSTALL / TESTING OF SHAFT SEALS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide technical services for the build, installation, and testing of shaft seals for the Coast Guard Cutter Winslow, Griesser, at the U.S. Coast Guard Yard in Baltimore, Maryland. The contractor will be responsible for overseeing the installation and testing of propulsion shaft seals, which includes cleaning, inspecting, and renewing various components, with work scheduled to commence around December 1, 2024. This project is critical for maintaining the operational efficiency and safety of the vessel, adhering to stringent quality management and safety protocols, including compliance with OSHA standards and the RAPIDGate Program for secure access. Interested vendors must submit their quotes by November 1, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure adherence to all specified regulations and requirements outlined in the solicitation and attached Statement of Work.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.
    Unlicensed Engine Mariners to Licensed 3rd Assistant Engineers Licensing Program
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from potential contractors for a training program designed to convert Unlicensed Engine Mariners into Licensed 3rd Assistant Engineers. This initiative will require contractors to provide US Coast Guard-approved coursework, full-mission simulations, exam facilitation, and logistical support, including on-campus lodging and transportation for licensing exams. The program is crucial for enhancing the qualifications of mariners and promoting small business participation in federal contracting opportunities. Interested vendors must submit their qualifications and capabilities by November 8, 2024, and can contact Jim Ellis at james.p.ellis54.civ@us.navy.mil or 757-443-5913 for further details.
    POLAR STAR Sewage System Hydroblast
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform sewage system hydroblasting and cleaning services for the CGC POLAR STAR in Seattle, Washington. The project requires high-pressure cleaning and borescope inspection of approximately 220 feet of sewage piping, with a performance period scheduled from October 31 to November 8, 2024. This procurement is critical for maintaining the operational safety and efficiency of the vessel, ensuring compliance with Coast Guard standards. Interested vendors must submit their official quotes, including a SAM.gov registered DUNS number, by 8:00 AM Pacific Time on October 28, 2024, to the primary contacts Jeramyah George and Mikael Axelsson via their provided emails.
    Multi Mission Surface Combatant (MMSC) - Professional Mariner (PM) Crew
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking proposals for the operation and maintenance of four Multi Mission Surface Combatants (MMSC) during a 14-month Post Delivery period. The procurement aims to secure a Professional Mariner (PM) Crew, augmented by a detachment from NSWC-PHD, responsible for safe navigation, equipment maintenance, and shipboard services during both in-port and at-sea operations. This initiative is critical for ensuring the operational readiness and effective management of naval assets, particularly as the MMSC is designed for advanced military capabilities and international cooperation. Interested parties should contact Daniel Fisher at daniel.a.fisher46.civ@us.navy.mil for further details, and must submit requests for additional information by November 15, 2024, with feedback on the draft Statement of Work due by November 22, 2024. An Industry Day is anticipated in December 2024, with a Request for Proposal expected to be released in fiscal year 2025.
    Synopses - Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Active
    Homeland Security, Department Of
    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.
    Dockside (DS): CGC MOHAWK FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide dockside maintenance and repair services for the Coast Guard Cutter Mohawk (WMEC-270B) during fiscal year 2025. The procurement includes a range of tasks such as cleaning and inspecting seawater heat exchangers, overhauling steering gear, and renewing flexible couplings, with a structured pricing framework outlined to facilitate bid evaluations and potential contract modifications. This opportunity underscores the importance of maintaining operational readiness for the Coast Guard's fleet, ensuring compliance with safety and quality standards. Interested parties should contact Chelsea Clark at Chelsea.Clark@uscg.mil, with the performance period set from March 24, 2025, to May 22, 2025, under a total small business set-aside.