Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
ID: 70Z02325R73110001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

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 maintenance and upgrades of Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Special Purpose Craft – Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness of these vessels, which are critical for the Coast Guard's Maritime Security Response Teams, by providing necessary repairs and design enhancements to extend their usable life. The work will be conducted at two geographical locations on both the West Coast and East Coast of the United States. Interested small businesses must submit their proposals by August 14, 2025, and can direct inquiries to Adam Petty at adam.f.petty1@uscg.mil or Miranda V. Smith at Miranda.V.Smith@uscg.mil.

    Files
    Title
    Posted
    The document outlines the Request for Proposal (RFP) for SPC-BTD Boat Maintenance, specifically addressing the M11RIB repairs, maintenance, and upgrades across four ordering periods. Each period includes several maintenance work packages aimed at ensuring the operational efficiency and safety of law enforcement boats. Key tasks include inspecting and lubricating drive shafts, changing engine oil and filters, draining fuel tanks, cleaning crankcase breathers, inspecting and cleaning aftercooler cores and turbochargers, and conducting trailer inspections. The RFP specifies that these maintenance tasks will occur semi-annually or based on operational hours, emphasizing the need for consistent upkeep in line with operational demands. Pricing will be established based on the effective date of orders, with the requirement for detailed proposals for any additional “Over and Above” work. The structured approach ensures reliable performance of marine vessels critical to law enforcement functions while adhering to federal and local regulations.
    The U.S. Coast Guard is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repairs, and upgrades of its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Special Purpose Craft – Law Enforcement boats (SPC-LE) located in San Diego, California, and Chesapeake, Virginia. The contract encompasses routine maintenance packages and additional work as necessary, covering a fleet of eight SPC-BTD II and four SPC-LE boats. The maintenance tasks focus on inspections, oil changes, engine repairs, and upgrades based on defined work packages and interval milestones. The contract mandates that contractors adhere to quality control measures, safety regulations, and reporting requirements for labor hours and project hours. Contractors must also obtain required access to military installations and ensure that hazardous material handling complies with legal standards. The anticipated contract period spans from August 31, 2025, to September 01, 2030, including multiple ordering periods. This initiative aims to improve boat performance and extend their operational life to support the Coast Guard’s maritime security missions effectively.
    The document addresses a Request for Proposal (RFP) concerning the repair and maintenance of 11-meter BTD and 33-foot SPC-LE boats operated by the US Coast Guard in Chesapeake, VA. Key inquiries include the number of boats involved, anticipated hours of use, availability of technical manuals and drawings, and obligations regarding material provision and repair scope. Vendors are expected to estimate costs based on defined work packages documented in the Statement of Work (SOW), with clarifications on pricing for different packages requested. The government confirms that work not specified in primary packages will fall under "over and above" work, which must be quoted separately. The document also discusses logistical aspects, such as pickups and deliveries, turnaround times for services, and the requirement for a clear monthly schedule. Additional clarifications address start dates, the potential for emergency repairs, expectations for pre-existing repair pipelines, and structural requirements regarding trailers. Noteworthy is the extension of the proposal submission deadline to accommodate questions from contractors, reflecting the importance of clarity in this procurement process while ensuring compliance with federal guidelines. Overall, the RFP emphasizes structured project management, contractor accountability, and operational efficiency in maintenance services for the Coast Guard fleet.
    The document is a Request for Proposal (RFP) No. 70Z02325R73110001 issued by the United States Coast Guard (USCG) for commercial services related to boat maintenance, focusing on small businesses. The RFP outlines the requirement for proposals to include technical capabilities, past experience, and pricing in response to the attached Statement of Work. The performance period spans five years, beginning on August 31, 2025, at designated contractor facilities in San Diego, California, and Chesapeake, Virginia. Submissions must be electronic and received by July 28, 2025. The evaluation criteria emphasize technical capability and past performance, outweighing price considerations. Past performance references must illustrate relevant experiences within the last three years, demonstrating the contractor's proficiency in similar boat maintenance contracts. The document also stresses compliance with various Federal Acquisition Regulation (FAR) clauses and conditions related to telecommunications, employee rights, and minority business utilization. Overall, this RFP aims to secure qualified small businesses for maintenance services, ensuring quality and compliance with federal standards throughout the contract's duration.
    The U.S. Coast Guard is seeking to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for maintenance, repairs, and upgrades for its fleet of Special Purpose Craft - Boarding Team Delivery II (SPC-BTD II) and Special Purpose Craft - Law Enforcement (SPC-LE) boats located in San Diego, California, and Chesapeake, Virginia. The scope of work includes routine maintenance based on usage milestones, along with unforeseen repairs categorized as "Over and Above" maintenance. Each maintenance package details specific tasks to ensure vessel performance and safety, including inspections and equipment checks based on operational hours. The contractor will manage the necessary personnel, materials, and compliance with laws regarding hazardous materials. The contract is expected to span five years, beginning August 2025, with annual manpower reporting requirements. The document emphasizes quality control measures, safety compliance, and government inspections to maintain service standards. This procurement illustrates the Coast Guard's commitment to operational readiness and safety of its maritime response teams.
    The document outlines a Request for Proposal (RFP) related to boat maintenance and repair services for the Boarding Team Delivery II, specifically focusing on M11RIB boats used in law enforcement. It details several maintenance packages with specific tasks and frequency requirements, such as semi-annual and 250-hour inspections for various components, including the drive shaft, engine oil, fuel tank, and aftercooler core. Each package highlights the maintenance tasks necessary to ensure operational readiness and safety of the vessels over a one-year period, with provisions for further upgrades and additional work as needed. The information provided serves to guide contractors in submitting proposals for the provision of these services, with pricing dependent on the effective date of order and geographical region (East Coast or West Coast). Ultimately, the goal of this RFP is to secure consistent and reliable maintenance for critical law enforcement assets, ensuring compliance with operational standards while enhancing the longevity and performance of the boats.
    The document is a "Past Performance Questionnaire" used in evaluations involving government Requests for Proposals (RFPs) and grants. It is designed for both the offeror and their specified reference to provide performance ratings based on various categories. The offeror must complete Section 1 with their details, including contract information and type, while Section 2 is to be filled out by the provided reference to assess the contractor’s performance based on defined criteria. Key aspects of the evaluation include ratings for the quality of product/service, schedule adherence, cost management, and management (business relations). Ratings range from "Exceptional" to "Unsatisfactory," with additional comments required to substantiate the ratings. The document emphasizes the importance of valid point-of-contact information for performance verification and sets a submission deadline for evaluations. This questionnaire is significant for ensuring accountability and performance measurement in government contracting, thus influencing decision-making in the awarding of contracts and grants. It serves to maintain standards in public procurement activities while fostering transparency and reliability within federal and local government projects.
    The Request for Proposal (RFP) No. 70Z02325R73110001 outlines the U.S. Coast Guard's solicitation for boat maintenance services, specifically for the Maritime Security Response Team (MSRT). This is identified as a small business set-aside under NAICS Code 336612, aiming for a contract with a five-year base period beginning August 31, 2025. Proposals are to demonstrate technical capabilities, including past experience with similar contracts, as well as pricing through a detailed worksheet. Evaluation criteria prioritize technical proficiency and relevant past performance over price considerations. Submissions are due by July 28, 2025, and must adhere to specific formatting and content guidelines. The procurement emphasizes the importance of quality, timely delivery, and compliance with associated FAR clauses. The final award will be made based on the best value to the government, with a strong focus on technical merit and past experience. Overall, this solicitation reflects the Coast Guard's commitment to ensuring quality maintenance and operational readiness of its vessels through competitive sourcing.
    Similar Opportunities
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    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.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    USCGC TAMPA Stbd Controllable Pitch Propeller (CPP) Blade Bolts, Renew In-Water
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the renewal of the starboard Controllable Pitch Propeller (CPP) blade bolts on the USCGC TAMPA, to be conducted in-water. The contractor will be responsible for replacing all six blade bolts, extracting a broken bolt, flushing the CPP hydraulic system, and adhering to specific Coast Guard guidelines and federal regulations during the process. This work is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Proposals must be submitted by December 9, 2025, with the work scheduled to take place from December 15 to December 19, 2025, at the USCGC TAMPA in Portsmouth, Virginia. Interested parties should contact Joshua Miller at joshua.n.miller@uscg.mil for further details.
    DRYDOCK: USCGC HAMMERHEAD DD FY26
    Buyer not available
    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 a total small business set-aside contract for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as hull preservation, engine realignment, and system upgrades, with specific requirements for technical approaches, certifications, and safety plans. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested contractors must submit their proposals 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.
    USCGC HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.
    USCGC Kathleen Moore DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    USCGC REEF SHARK DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 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 business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.