Suisun Bay Reserve Fleet (SBRF) PG-616 BOOM & PG-615 DYNAMO Hauling and Shaft Seal Replacement
ID: 6991PE25Q000001Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6991PE DOT MARITIME ADMINOAKLAND, CA, 94612, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Transportation, Maritime Administration (MARAD), is seeking small businesses to provide hauling and shaft seal replacement services for two service crafts, PG-615 DYNAMO and PG-616 BOOM, as part of Solicitation Number 6991PE25Q000001. The project requires contractors to perform all necessary labor, materials, and equipment for the maintenance of these vessels, which are crucial for the operational readiness of the Suisun Bay Reserve Fleet. The work must be completed within 14 days of arrival at the designated shipyard in the San Francisco Bay area, with responses due by February 13, 2025. Interested vendors should contact Lynda Luo at lynda.luo@dot.gov for further details and ensure compliance with federal procurement regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation Number 6991PE25Q000001, a request for quotations from small businesses for the replacement of hauling and shaft seal on two service crafts, PG-615 DYNAMO and PG-616 BOOM. This procurement is governed by the Federal Acquisition Regulation and aims to be completed within 14 days after arrival at the designated Shipyard located in the San Francisco Bay area. Businesses interested in responding must be certified as small under NAICS code 336611, with responses due by February 13, 2025. The project includes specific requirements for submitting questions and quotations electronically. In addition to the key project details, the solicitation incorporates multiple clauses and provisions regarding federal procurement ethics, equal opportunities, and insurance requirements. The document emphasizes the responsibility of contractors to maintain compliance with safety regulations, particularly regarding any hazardous materials present during the work. This solicitation reflects the government's aim to engage small businesses for maritime repair works, ensuring adherence to federal standards throughout the process while fostering economic opportunities for eligible vendors.
    The document outlines a Request for Proposal (RFP) from the Maritime Administration (MARAD) for the hauling and shaft seal replacement of two utility vessels, PG-616 and PG-615. The contractor is responsible for all labor, materials, and equipment needed to perform the work, ensuring compliance with various regulatory bodies like the American Bureau of Shipping and the U.S. Coast Guard. The process involves removing and replacing equipment, performing inspections, and restoring any disturbed structural components. Additional work may be required based on inspections, subject to written authorization. The vessels, both 56 feet in length and built in 1986, will undergo maintenance in the San Francisco Bay area. The project emphasizes safety, requiring gas-free certification and adherence to safety standards during ship repairs. The contractor must also provide energy-efficient and environmentally preferable products when applicable. The core services involve hauling and renewing the starboard shaft mechanical seals for both vessels, with detailed requirements for inspections, reporting, and potential additional work outlined in the document. Supplemental labor and materials guidelines are provided for managing unexpected needs during the project, ensuring flexibility and responsiveness in operations. This RFP reflects the government's strategic approach to maintaining its maritime assets through responsible contracting and regulatory compliance.
    The document outlines a price sheet as part of a federal solicitation for services related to the PG-616 BOOM and PG-615 DYNAMO, specifically focusing on haulout and launching, as well as shafting replacement. It separates the services into two Contract Line Item Numbers (CLINs): CLIN 0001 for core services, which involves two main job descriptions—haulout & launching and shafting, each billed as a single job; and CLIN 0002 for supplemental work, entailing additional labor and materials with specified caps on costs. The total estimated price for the core services is $4,000, reflecting a structured approach to budgeting for the requested repairs. Additionally, the file requires respondents to provide essential information such as their name, address, Unique Entity Identifier (UEI), and federal tax identification number, ensuring compliance with federal regulations and proper identification of the quoting entity. This document serves as a critical reference in government contracting processes by providing clear and organized price structures essential for potential contractors to understand and respond effectively to the request for proposals.
    Lifecycle
    Similar Opportunities
    Ship Management Services for the Five National Security Multi-mission Vessels (NSMV)
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is seeking vendors for Ship Management Services for five National Security Multi-mission Vessels (NSMVs), with a focus on maintaining operational readiness and compliance. The selected contractor will be responsible for a range of tasks including vessel maintenance, logistics management, regulatory compliance, and staffing for non-training missions, all of which are critical for supporting State Maritime Academies and responding to emergencies. Interested parties must demonstrate qualifications such as U.S. citizenship, vessel ownership experience, and a $1 million line of credit, with submissions due by February 5, 2025. For further inquiries, contact Robert McDermott at robert.mcdermott@dot.gov or call 757-322-5824.
    Suisun Bay Reserve Fleet (SBRF) Tug Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The U.S. Department of Transportation, Maritime Administration (MARAD), is seeking qualified contractors to provide tug services through a Blanket Purchase Agreement (BPA) for the Suisun Bay Reserve Fleet (SBRF) located in Benicia, California. The primary objective of this BPA is to secure towing services for intra-fleet ship movements, mooring maintenance, and barge movements within the anchorage, which is crucial for maintaining operational readiness in support of national defense logistics. Interested parties are invited to submit their capability statements and relevant information by February 18, 2025, at 1 PM Pacific Time, with a potential contract value of up to $1,000,000 for call orders, and individual orders not exceeding $85,000. For inquiries, contact Lynda Luo at lynda.luo@dot.gov.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.
    Morro Bay dry docking
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for the emergency dry docking of the USCGC Morro Bay in Cleveland, Ohio. The contractor will be responsible for providing all necessary personnel, equipment, and services to perform the dry docking work, including the replacement of a raw water recirculating valve and ensuring the vessel's safe return to the water. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and ensuring compliance with safety standards. Interested small businesses must contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL for further details, with the contract expected to be awarded based on the lowest price technically acceptable offer.
    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.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    OEM Propeller Hub Overhaul - Service
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking eligible small businesses to provide refurbishment services for two E-85/4 ATF Shore Side Spare propeller hubs in support of the USNS CATWABA. The selected contractor will be responsible for performing inspection and refurbishment according to OEM specifications, including necessary repairs and hydrotesting, while also providing condition reports documenting the work completed. This procurement is crucial for ensuring the reliability and compliance of marine propulsion systems, with a projected contract award date of 15 April 2025 and an overall period of performance concluding by 1 September 2025. Interested businesses must submit a brief capabilities statement by 10 February 2025, and can contact Ian Keller at ian.l.keller.civ@us.navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    USCGC WILLIAM SPARLING HULL CLEANING AND INSPECTION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and inspection of the USCGC WILLIAM SPARLING, scheduled to take place in Boston, Massachusetts, from March 10-13, 2025. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring compliance with safety and environmental regulations during the process. This procurement is critical for maintaining the operational readiness and integrity of the Coast Guard's maritime assets, emphasizing the importance of thorough maintenance and adherence to established procedures. Interested contractors must submit their firm fixed-price quotations by February 13, 2025, at 12:00 A.M. Eastern Standard Time, and can direct inquiries to Timothy Ford at timothy.s.ford@uscg.mil or Stacy Spalding at stacy.j.spalding@uscg.mil.
    Munro DS FQ4 FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Munro (WMSL 755) during the fourth fiscal quarter of FY 2025. The procurement involves comprehensive maintenance and inspections, including tasks such as cleaning and inspecting fuel service tanks, renewing flexible hoses, and conducting biennial maintenance on various equipment to ensure operational readiness and regulatory compliance. Interested parties must submit their capabilities and past performance information to LTJG Bethani Hartman via email by February 11, 2025, at 12:00 PM EST, with the work scheduled to take place from July 27, 2025, to September 24, 2025, at the vessel's homeport in Alameda, California.
    DOCKSIDE: USCGC RAYMOND EVANS FY25 #1 MDE QL3+ & #2 MDE QL3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Raymond Evans (WPC-154) for fiscal year 2025. The procurement involves extensive maintenance tasks, including 16,000-hour and 8,000-hour servicing of the main diesel engines, cleaning of the underwater body, and renewal of zinc anodes, all of which require adherence to stringent safety and environmental regulations. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with federal standards while promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested parties can contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with proposals due in accordance with the solicitation timeline.