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
  1. 1
    Posted Jan 23, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Feb 17, 2025, 7:00 PM UTC
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
Jan 24, 2025, 12:05 AM UTC
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.
Jan 24, 2025, 12:05 AM UTC
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
Jan 24, 2025, 12:05 AM UTC
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.
Jan 24, 2025, 12:05 AM UTC
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.
Jan 24, 2025, 12:05 AM UTC
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.
Jan 24, 2025, 12:05 AM UTC
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.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
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.
BERTHOLF DS FY25 FQ4
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for dockside repairs to the United States Coast Guard Cutter (USCGC) BERTHOLF (WMSL-750) as part of the FY25 FQ4 initiative. The contract, which is set aside for small businesses, will encompass a range of maintenance and repair tasks to be executed in accordance with the provided specifications and task orders, with the first task order's performance period running from August 26, 2025, to November 18, 2025. This procurement is critical for ensuring the operational readiness and safety of the cutter, which plays a vital role in the Coast Guard's mission. Interested contractors should direct inquiries to Lavon Lewis or Mark Cap via their respective emails, with the overall contract funding subject to the availability of funds and an estimated value of $348 million for anticipated contract actions through August 1, 2029.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
Dry-Dock: USCGC RELIANCE FY25 DDS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the dry-dock maintenance of the USCGC Reliance (WMEC-210A) during Fiscal Year 2025. The procurement involves comprehensive repair and preservation tasks, including hull inspections, preservation of underwater components, and maintenance of propulsion systems, all aimed at ensuring the vessel's operational readiness and safety. This contract is crucial for maintaining the Coast Guard's maritime capabilities and aligns with federal initiatives to promote small business participation, particularly among women-owned firms. Interested contractors should direct inquiries to Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or Kaity George at Kaity.George@uscg.mil, with the performance period set from August 20, 2025, to October 28, 2025.
Dock-side (DS): USCGC HOLLYHOCK FY25 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dock-side repairs for the USCGC HOLLYHOCK during fiscal year 2025. The scope of work includes comprehensive maintenance, repair, and associated support services, with the first task order's performance period set from August 4, 2025, to September 18, 2025, at the cutter's homeport in Honolulu, Hawaii. This procurement is crucial for maintaining the operational readiness and safety standards of the vessel, reflecting the Coast Guard's commitment to effective asset management. Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil for further clarification.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
Thruster SB Repairs and Replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for the repair and replacement of the Yokogawa Transducer System and the AEM 2020 for the USCGC HICKORY's Bow and Stern Thruster System. The contractor will be responsible for providing all necessary labor, materials, and tools to ensure the new system operates effectively, addressing current malfunctions that lead to inaccurate readings and operational issues. This procurement is critical for maintaining the reliability and operational capability of the vessel's thruster system, which is essential for its performance in maritime operations. Interested parties should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or by phone at 510-437-5429, with the work expected to be completed within 15 calendar days of contract award.
UW Hull Clean, Inspect and Zinc Renewal
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the cleaning, inspection, and zinc renewal of the hull of the Coast Guard Cutter Douglas Denman at USCG Base Ketchikan, Alaska. The contractor will be responsible for performing underwater hull maintenance, including thorough cleaning, inspection, and renewal of zinc anodes, with services scheduled between May 12 and June 8, 2025. This maintenance is crucial for ensuring the operational integrity and longevity of the vessel, adhering to specific Coast Guard maintenance procedures and safety protocols. Interested contractors must submit their firm fixed-price proposals by April 28, 2025, at 12:00 PM Eastern Standard Time, and can direct inquiries to Cornelius Claiborne or Patricia Fremming via the provided email addresses.