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
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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 GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Homeland Security, Department Of
    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.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    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 SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    DRYDOCK: USCGC STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 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 company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.