USCGC Juniper Dockside Repairs FY25
ID: 70Z08524QIBCT0024Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for dockside repairs on the USCGC JUNIPER (WLB-201) for fiscal year 2025. The procurement requires contractors to provide all necessary labor, materials, and equipment to perform various ship repairs, with the contract period set from January 7 to March 18, 2025. This opportunity is critical for maintaining the operational integrity of the vessel, which serves as a 225-foot oceangoing buoy tender. Interested small businesses must submit their quotes electronically by November 19, 2024, and direct any inquiries regarding the solicitation to the designated contacts by November 1, 2024. For further details, vendors can reach out to Catherine Chan at Catherine.K.Chan@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the pricing schedule for dockside availability for the USCGC Juniper (WLB-225A) in fiscal year 2025. It itemizes various tasks related to inspection, cleaning, and maintenance of multiple elements of the vessel, including fuel tanks, waste tanks, hydraulic systems, and ventilation ducts. Some items also include modification and preservation tasks for structural components. The schedule specifies tasks such as commercial cleaning of exhaust piping, installation of potable water filters, and inspection of winches and cranes. In addition to the definite items, the schedule includes pricing for option items, composite labor rates, and estimated lay days for the project, although some price fields are marked with errors or values not calculated. Overall, this document serves as part of a Request for Proposals (RFP) process for contractors to provide labor and services necessary to ensure the vessel meets safety and operational standards within the specified fiscal year.
    The USCGC JUNIPER (WLB-201) Dockside Repairs specification outlines detailed requirements for conducting repair work on the vessel during FY2025. The document includes a comprehensive list of work items, ranging from fire prevention protocols to cleaning and inspecting various systems and tanks on board. It establishes a framework to ensure compliance with relevant standards, emphasizing contractor responsibilities and government-furnished properties needed for repairs. Key areas covered include the need for a written fire prevention plan, compliance with environmental regulations, and adherence to safety standards during maintenance activities. Specific work items are designated as critical inspection tasks, requiring timely completion to avoid operational impact. Overall, the specification serves to guide contractors in fulfilling the vessel's repair needs while maintaining safety and operational integrity, aligning with federal standards for marine services.
    The Past Performance Information Form is a critical component used for government solicitations, specifically aimed at collecting detailed performance data from offerors. It requires the submission of essential details including the offeror’s name, contract number, customer information, and point of contact. The document necessitates a comprehensive description of the work performed, emphasizing its relevance to the solicitation's scope, alongside the total dollar value of the effort and the duration of the contract. Additionally, it inquires about any subcontractors involved, detailing their contributions and the total annual value of those subcontracts. This form plays a vital role in evaluating the capabilities and experiences of potential contractors in relation to upcoming federal and state/local contracts, ensuring that previous performances are effectively assessed as part of the procurement process.
    The document outlines the process for submitting questions regarding a solicitation related to the USCGC Juniper (WLB 201) maintenance contract, as part of the Request for Quotation (RFQ) number 70Z08524QIBCT0024. Offerors must submit inquiries in writing using the specified “Request for Clarification” form, with one question per form, indicating the firm’s name and submission date. Questions are to be directed exclusively via email to designated officials by the deadline of November 1, 2024, at 11:00 AM PST. This structured approach ensures clarity and organization in the communication process, facilitating efficient responses to potential bidders. The document serves to guide vendors in clarifying the solicitation requirements, ultimately supporting effective procurement practices in government contracting.
    The United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP) assists in resolving procurement disputes and agency protests, offering a fair and efficient alternative to litigation. It encourages interested parties to address concerns informally with the applicable Contracting Officer or directly with the Ombudsman if initial discussions do not resolve disputes. A formal protest can be filed after attempting informal resolution, with specific timelines and requirements outlined according to the Federal Acquisition Regulation (FAR) 33.103. Protests must be timely and include requisite information; otherwise, they may face delays or dismissal. During the protest period, contract awards or performance may be suspended unless justified for urgent reasons. The OPAP aims to resolve protests within 35 days, providing contact details for submissions to facilitate the process. The program underscores the USCG's commitment to fairness in contract awards and procurement processes, promoting efficient resolution while minimizing litigation costs.
    The Department of Homeland Security's U.S. Coast Guard is seeking a sole source contract for specialized services related to the inspection and overhaul of the Buoy Crane, specifically the Appleton EB-480-60-40 model. This service requires a technician authorized by the Original Equipment Manufacturer (OEM) to ensure compliance with proprietary procedures and standards during critical maintenance activities. The justification for limiting competition emphasizes that only the OEM possesses the necessary technical knowledge, design specifications, and proprietary information to carry out the required services effectively. Attempts to source alternatives were impeded by the proprietary nature of the equipment. The document states that without the OEM's technical oversight, improper reassembly could result in significant equipment damage. Future acquisitions may need to reconsider the necessity of OEM involvement or face potential risks. This justification reflects the agency's emphasis on maintaining operational integrity and safety in its equipment servicing, underscoring the challenges of competitive solicitation in specialized contracts.
    The U.S. Coast Guard's Surface Forces Logistics Center (SFLC) seeks justification for proceeding with a sole-source contract due to the unique requirements of the work item related to the MSC Phoenix C4 hydraulic oil filter. The contract requires a qualified and authorized technical representative from the original equipment manufacturer (OEM) to provide critical on-site services, including proprietary information management, safe installation support, and compliance with specific technical standards. The justification stresses that no other suppliers can fulfill the necessary technical specifications, as the OEM possesses exclusive knowledge and capabilities essential for the project. Efforts to identify alternative technical representatives were hindered by the proprietary nature of the equipment. The only alternative would be eliminating the technical representative requirement, which presents significant risks for equipment functionality and safety. Thus, the procurement actions align with the Federal Acquisition Regulation's criteria for sole-source contracting due to the singular expertise needed for successful project execution, ensuring the Coast Guard meets its operational requirements without compromising equipment integrity.
    The file outlines the specifications and requirements for dockside repairs and availability of the USCGC Juniper (WLB-225A) in FY2025. It covers work items such as fire prevention, tank cleaning and inspection, void inspection, hydraulic and mechanical systems servicing, and deck covering renewal. The document also includes sections on contractor responsibilities, fire safety measures, preservation and environmental protection requirements, and a list of government-furnished properties. The work items are detailed with specific tasks, and the file also contains forms for quality assurance inspections and records. The repairs aim to ensure the vessel's operational readiness and compliance with safety regulations.
    The Request for Quotation (RFQ) No. 70Z08524QIBCT0024 seeks commercial services for dockside repairs on the USCGC JUNIPER (WLB-201) from January 7 to March 18, 2025. Set aside for small businesses under NAICS Code 336611, this RFQ requires vendors to submit quotes electronically by November 19, 2024. The scope of work involves providing labor, materials, and equipment for various ship repairs, potentially including unspecified tasks. Vendors must submit a range of documentation, including technical qualifications, certifications, a completed pricing schedule, and details of subcontractors. Offer evaluations will consider technical capability, past performance, and price, with technical and past performance ratings as significantly more important than the price. Questions related to the RFQ are to be submitted by email by November 1, 2024, and amendments will be issued as necessary. The anticipated award date is December 6, 2024, subject to funding availability. This document outlines compliance with numerous regulatory provisions and emphasizes the government’s expectations for contractor accountability in safety and performance standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    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 procurement aims to identify capable firms to perform a range of maintenance tasks, including cleaning, inspecting, and overhauling various systems such as fuel tanks and ventilation ducts, detailed across 31 distinct work items. This opportunity is crucial for ensuring the operational readiness of the cutter, with the anticipated performance period set from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, 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 conducts market research to inform future solicitations.
    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 involves comprehensive maintenance tasks, including inspections and repairs of various systems aboard the vessel, with a performance period scheduled from January 6, 2025, to May 8, 2025, at the cutter's home port in Seattle, Washington. This procurement is critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in Coast Guard missions. Interested parties must submit their quotes by October 24, 2024, at 3:30 PM Pacific Time, and can direct inquiries to Robin B. Kloeppel or Andrew G. Jacobs via the provided contact information.
    DRY DOCK (DD): USCGC JOSEPH NAPIER 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 dock repairs of the USCGC Joseph Napier (WPC 1115) for fiscal year 2025. The project involves inspecting and preserving hull plating, maintaining various systems such as propulsion and HVAC, and conducting thorough inspections of structural and mechanical components, with repairs anticipated to commence on May 27, 2025, and conclude by September 23, 2025, over a span of 119 calendar days. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must submit documentation verifying their qualifications, including business size under NAICS code 336611 and past performance on similar contracts, to Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil by the specified deadlines, as this notice serves as a market research tool rather than a formal solicitation.
    DRYDOCK REPAIRS TO THE CGC CIMARRON AND BARGE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform drydock repairs on the CGC Cimarron and associated barge. The procurement involves comprehensive maintenance tasks, including hull inspections, fire prevention measures, and environmental protections, to ensure the vessels remain operationally ready and compliant with safety standards. This opportunity is critical for maintaining the Coast Guard's fleet capabilities and is set aside for small businesses under the SBA guidelines. Interested contractors must submit their proposals by October 21, 2024, and direct any inquiries to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Timothy Shuhart at Timothy.M.Shuhart@uscg.mil, with a deadline for questions set for October 16, 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.
    USCGC SAGINAW (WLIC-803) DRYDOCK AVAILABILITY FY2025
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock maintenance services for the USCGC SAGINAW (WLIC-803) during fiscal year 2025. The procurement involves comprehensive labor, materials, and equipment to perform approximately 71 specific work items, including inspections, cleaning, preservation, and repairs of various vessel components, all to be conducted at the contractor's facility. This maintenance is crucial for ensuring the operational readiness and longevity of the cutter, which serves vital functions in the Coast Guard's mission. Interested parties must submit their capability information by 8:00 AM Pacific Time on November 1, 2024, to the designated contacts, Ou Saephanh and Diego Avila, with the performance period scheduled from March 25, 2025, to June 2, 2025.
    OVERHAUL POLAR CLASS (WAGB-10) ICEBREAKER CONTROLLABLE PITCH PROPELLER (CPP) HUB ASSEMBLYs FY-25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the overhaul of the Controllable Pitch Propeller (CPP) hub assemblies for the POLAR STAR (WAGB-10) icebreaker, with a contract period spanning from May 1, 2025, to April 30, 2030. The contractor will be responsible for providing all necessary labor, materials, and equipment to meet the specifications outlined in the solicitation, which includes detailed processes for disassembly, inspection, and testing of the CPP hub assemblies. This procurement is critical for maintaining the operational capabilities of the icebreaker, ensuring it meets safety and performance standards. Interested parties must submit their proposals by October 31, 2024, and can direct inquiries to Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or Abdul H. Toulas at Abdul.H.Toulas@uscg.mil for further clarification.
    Synopsis - USNS YUKON ROH/DD
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command (MSC) Norfolk, is seeking proposals for the regular overhaul and dry docking of the USNS YUKON (T-AO 202). The contract will require the contractor to prepare for and accomplish the specified work in accordance with the work item package, with the anticipated performance period set from November 4, 2024, to January 17, 2025, at the contractor's facility located within the continental United States (CONUS). This procurement is crucial for maintaining the operational readiness and safety of the vessel, which plays a vital role in supporting naval operations. Interested parties can access the solicitation, expected to be released around September 2, 2024, through the Procurement Integrated Enterprise Environment Solicitation Module, and should direct any inquiries to Marcin Krauze at marcin.krauze.civ@us.navy.mil or Christopher Ward at christopher.s.ward1.civ@mail.mil.
    USNS LEWIS AND CLARK LAY BERTH AND SHIP REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through MSC Norfolk, is soliciting proposals for the USNS Lewis and Clark lay berth and ship repair project. The contractor will be responsible for providing facilities, services, labor, and materials necessary for the vessel's long-term maintenance, including preventive maintenance, industrial assistance, planning, and material procurement. This procurement is crucial for ensuring the operational readiness and maintenance of naval vessels, with the work to be conducted at locations on the US East, Gulf, or West Coast. Interested small businesses are encouraged to reach out to primary contact Damian Finke at damian.w.finke.civ@us.navy.mil or 564-226-1277, or secondary contact Cameron Alvey at cameron.s.alvey.civ@us.navy.mil or 757-341-6232 for further details.
    MTU/RRSA WMSL Main Propulsion Diesel Engines Parts Purchase
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the procurement of parts for MTU/Rolls Royce Solutions America (RRSA) Main Propulsion Diesel Engines (MPDE) under Solicitation No. 70Z08524RAD031B00. This procurement is a sole source requirement for Original Equipment Manufacturer (OEM) parts necessary for the maintenance of the Coast Guard's 418-foot WMSL cutter fleet, ensuring operational efficiency and reliability. The contract will span five years, beginning December 3, 2024, with proposals due by 1 PM EST on October 24, 2024, and interested vendors should direct inquiries to Mark Cap or Kiya Plummer-Dantzler via the provided email addresses.