DRYDOCK REPAIRS FOR CGC BUCKTHORN
ID: 70Z08525QIBCT0002Type: Combined Synopsis/Solicitation
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 (EAST) (J998)

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 qualified contractors to perform drydock repairs for the USCGC Buckthorn (WLI-100) as part of a total small business set-aside opportunity. The procurement encompasses a range of maintenance and inspection tasks necessary for the vessel's operational readiness, including hull inspections, fire prevention measures, and overhaul of propulsion systems, all of which must comply with established Coast Guard standards. This contract is critical for ensuring the safety and functionality of the Coast Guard fleet, with detailed pricing schedules and specifications provided in the associated documents. Interested parties should direct inquiries to Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil, with questions due by February 10, 1:00 PM, and are encouraged to review the attached documents for further details on requirements and submission procedures.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be heavily corrupted and unintelligible, making it challenging to discern a coherent topic or key ideas related to government RFPs, federal grants, or state/local RFPs. Without a clear structure or content, it seems to contain broken segments and garbled text that lack logical flow and context. Thus, I'm unable to abstract substantive information or present relevant themes. For a comprehensive analysis or summary, a complete, legible version of the document is required to fulfill the task accurately, capturing its essence in a meaningful manner that aligns with the expected perspectives on government initiatives and funding opportunities. Without clearer context or data, any summarization remains infeasible.
    The United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP) is established to address and resolve procurement-related concerns fairly and swiftly, promoting an alternative to costly litigation. Interested parties are urged to first engage the Contracting Officer for informal resolution. If unresolved, they may escalate the matter to the Ombudsman, who serves as an independent reviewer. Formal agency protests can be filed with either the Contracting Officer or the Ombudsman, but protesters
    The document outlines the procedures for offerors to submit questions related to a solicitation for the CGC Buckthorn. It specifies that inquiries must be made in writing using the attached "Request for Clarification" form, with each form limited to one question and requiring the offeror’s firm name. Questions must be submitted via email by February 10, 1:00 PM. The emphasis is on clarity and structure in the solicitation process, highlighting the importance of proper documentation for effective communication. This procedure facilitates the amendment of the solicitation based on the offeror's inquiries, ensuring that all parties have a clear understanding of the requirements ahead of the bidding process.
    The document is a "Past Performance Information Form," part of federal and state/local government Request for Proposals (RFPs) and grants. It outlines essential data that bidders must provide regarding their previous contracts to demonstrate their experience and capability to fulfill new project requirements. The form includes sections for the offeror’s name, contract specifics, customer references, contact information, total contract value, performance period, description of work performed, and details on subcontractors used. Each segment is crucial for validating the offeror’s qualifications and ensuring they align with the scope of new projects being solicited. This structured approach aims to facilitate thorough evaluation of bidders based on their historical performance, reinforcing transparency and accountability in government procurement processes.
    The document outlines the specifications for drydock repairs of the USCGC Buckthorn (WLI 642) for fiscal year 2025, detailing various work items and requirements necessary to maintain vessel safety and operational readiness. The specifications include a comprehensive list of inspection items, general and critical requirements for repairs, fire prevention measures, and the responsibilities of the contractor. Key work items range from hull inspections, preservation tasks, and cleaning of tanks to thorough testing and repairs of propulsion systems. The scope emphasizes compliance with established Coast Guard standards, referencing numerous technical publications and relevant naval engineering guidelines. Contractors must adhere to strict fire prevention protocols, develop a fire plan, maintain logs for inoperable fittings, and ensure the presence of fire-fighting equipment. Additionally, significant focus is placed on environmental protection requirements and quality assurance inspections to ensure work aligns with mandated safety and operational standards. The document serves as a vital framework for contractors tasked with ensuring the USCGC Buckthorn remains fully functional and compliant with all regulatory requirements.
    This document outlines the pricing schedule for the drydock availability of the USCGC Buckthorn (WLI-100) for Fiscal Year 2025. It details various required maintenance and inspection tasks, categorized as definite and optional items, necessary for the vessel's upkeep. Each task includes a description and pricing, with a total estimated cost for each category provided in a structured table format. Notable tasks encompass fire prevention, hull inspections, cleaning of tanks, overhaul of propulsion systems, and maintenance of various components such as the sewage and grey water systems. Each item is listed with a unit price of $0.00, indicating that pricing is likely subject to further assessment or bidding. The document also incorporates labor rates, material costs, and assumptions for general and administrative expenses as well as profit margins. The schedule highlights multiple US locations where labor rates vary, indicating potential regional discrepancies in service costs. Overall, this pricing schedule for federal procurement is essential for planning the drydock availability and ensuring compliance with maintenance standards for the US Coast Guard fleet.
    The document provides a justification for a sole-source procurement by the U.S. Coast Guard's Surface Forces Logistics Center for the inspection and service of the Appleton SB20-30 Buoy Crane, categorized under Work Item 30. It establishes the necessity for a technical representative from the Original Equipment Manufacturer (OEM), citing that only they possess the proprietary information, design specifications, and quality assurance capabilities required for the tasks involved. The justification emphasizes that no other supplier can meet the specific compliance standards and technical needs, and that any omission of the OEM’s technical representative could lead to significant equipment damage. Furthermore, market research efforts are noted to ensure competitive sourcing, although limitations persist due to OEM proprietary information. The document concludes with recommendations for the U.S. Coast Guard to continue market research while acknowledging that acquiring full and open competition remains elusive without access to the proprietary data. This highlights the constraints in obtaining competitive bids while emphasizing regulatory adherence in service procurement.
    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.
    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repair of the USCGC Cypress (WLB-210), a 225-foot buoy tender, scheduled for fiscal year 2025. The procurement involves approximately 117 maintenance tasks, including inspections, preservations, and repairs, to be completed over a projected 99-day period from September 8 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring the Coast Guard's capabilities in maritime operations. Interested parties must respond by April 4, 2025, providing information on their business size, capabilities, past performance, and relevant certifications, with inquiries directed to Ou Saephanh at Ou.T.Saephanh@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil.
    DOCKSIDE: CGC THETIS DS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside services for the USCGC Thetis (WMEC-270B) during its fiscal year 2025 dry-docking period. The procurement includes a range of maintenance and inspection tasks, such as cleaning and inspecting fuel tanks, replacing components, and overhauling machinery, all aimed at ensuring the vessel's operational readiness. This opportunity is particularly significant as it is set aside for small businesses under the SBA guidelines, promoting diversity in federal contracting while adhering to strict compliance and safety standards. Interested contractors should submit their offers electronically by the specified deadline and may contact Petal Donald at petal.c.donald@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for unplanned dockside repairs of the USCGC Paul Clark (WPC-154) during fiscal year 2025. The contract will focus on the renewal of propulsion reduction gear assemblies and requires adherence to a firm fixed price structure, with a performance period from March 31, 2025, to May 26, 2025. This procurement is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring compliance with Coast Guard standards and federal regulations. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and must acknowledge receipt of any amendments to the solicitation by the specified deadlines.
    USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the FY25 dry-docking repairs of the Response Boat-Medium (RB-M) at the Station Los Angeles/Long Beach. The procurement involves comprehensive repair and maintenance tasks, including inspections, cleaning, and alterations to the vessel, with contractors required to provide all necessary labor, materials, and expertise as outlined in the solicitation documents. This contract is crucial for maintaining the operational readiness of the Coast Guard's maritime assets, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 5, 2025, and can contact Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil for further information.
    DRYDOCK: USCGC MELVIN BELL DRYDOCK FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking of the USCGC Melvin Bell (WPC-1155) during fiscal year 2025. The procurement involves essential repairs and inspections of various systems, including propulsion shafting, hull plating, and onboard systems, with a focus on maintaining operational readiness and compliance with safety regulations. This contract is set aside for small businesses, particularly Women-Owned Small Businesses, and is expected to commence on September 2, 2025, with a completion date of December 30, 2025, contingent upon funding availability. Interested contractors should contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details.
    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 comprehensive maintenance and repair services, with the period of performance scheduled from May 13 to June 12, 2025, at the contractor's facility. This project is critical for ensuring the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Kyra May or Andrew G. Jacobs via the provided contact information.
    CGC MACKINAW AZIPOD MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of propulsion and non-propulsion systems aboard the USCGC MACKINAW (WLBB 30). This procurement focuses on annual on-site service, dockside and performance testing, technical consultation, and configuration management for propulsion components, particularly azipod units and transformers, which are exclusively supplied by ABB, the sole source provider. The maintenance is crucial for ensuring the operational readiness of the Coast Guard's fleet, adhering to defense acquisition regulations. Interested contractors must submit their qualifications and relevant documentation by March 24, 2025, at 10 AM Eastern Time, and can contact Sandra A. Martinez at Sandra.A.Martinez@uscg.mil for further information.
    Oily Water Separator (OWS) System, Inspect and Groom on USCGC BERTHOLF (WMSL 750)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the inspection and grooming of the Oily Water Separator (OWS) system on the USCGC Bertholf (WMSL 750) located in Alameda, California. The procurement is designated as a Total Small Business Set-Aside, requiring contractors to demonstrate technical capability through examples of similar prior contracts and to adhere to strict environmental compliance standards during the maintenance process. This opportunity is critical for ensuring operational integrity and environmental protection on Coast Guard vessels, with proposals due by March 14, 2025, and performance expected between April 14 and May 9, 2025. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.