CGC GEORGE COBB DD FY25
ID: 70Z08524QIBCT0026Type: 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 (WEST) (J999)

Set Aside

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

    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the pricing schedule for the drydock availability of the USCGC George Cobb (WLM-175) during fiscal year 2025. It lists a comprehensive range of maintenance and inspection tasks required for the vessel, categorized into distinct items with job descriptions, quantity, and unit prices. Significant tasks include hull inspections, preservation of underwater bodies and tanks, inspection of tanks and valves, and renewals of various critical components such as the Z-drive propulsion unit and watertight doors. Additionally, the document specifies optional and definite items, providing a framework for pricing and labor costs associated with each task. The analysis indicates an attention to detail in the maintenance of key vessel systems necessary for operational readiness. The inclusion of a composite labor rate and cost factors reflects standard procurement practices in government contracts. This RFP serves to facilitate competitive bidding among contractors for the refurbishment of the U.S. Coast Guard vessel, ensuring compliance with safety and operational standards. The document is structured to support transparency and clarity in the procurement process, essential for government contracts concerning federal maritime operations.
    The document outlines the specifications for the drydock repairs of the USCGC George Cobb (WLM-175) in fiscal year 2025. It serves as a comprehensive guide detailing the required work items, which encompass inspections, maintenance, preservation, and renewals of various systems and structural components of the vessel. Key areas of focus include hull plating inspection, maintenance of underwater appendages, servicing tanks, and ensuring fire prevention measures are met. The document also includes a consolidated list of references, providing technical standards and guidelines required for compliance during the repair process. Furthermore, it lists government-furnished property and critical inspection items that contractors must complete early in the availability period. Ultimately, the document aims to ensure that the USCGC George Cobb remains in optimal operational condition while adhering to relevant safety and environmental standards, embodying the U.S. Coast Guard’s commitment to maintaining its fleet. The detailed work plans and itemized requirements reflect a structured approach to fulfilling government expectations for maritime service readiness and compliance with operational standards.
    The Past Performance Information Form is a structured document required by the federal government for offerors responding to Requests for Proposals (RFPs). It requires detailed information about previous contracts, including the contract identifier, customer information, total dollar value, and the period of performance. Offerors must provide a comprehensive description of the work performed, demonstrating its relevance to the new solicitation. Additionally, the form requires disclosure of any subcontractors involved in the contract execution, detailing the extent of their work and the annual dollar value of subcontracts. This form is essential for evaluating the past performance of potential contractors, ensuring they possess the experience and capacity to meet the demands of future projects, thereby facilitating informed decision-making in the awarding process of federal grants and contracts.
    The document outlines the protocol for submitting questions regarding a federal solicitation for the USCGC George Cobb (WLM-564). Offerors must submit inquiries in writing using the provided "Request for Clarification" form, with one question per form, including the offeror’s firm name and date of submission. All questions are to be sent exclusively via email to designated contacts before the submission deadline of August 30, 2024, at 11:00 AM PST. This structured approach ensures clarity and organization in addressing questions related to the RFQ number 70Z08524QIBCT0026. The document emphasizes the importance of formal communication to facilitate a smooth procurement process, reflecting the government’s commitment to transparency and responsiveness in federal contracting.
    The United States Coast Guard (USCG) established the Ombudsman Program for Agency Protests (OPAP) to promote fair and timely contract awards while addressing agency protest issues through an alternative dispute resolution process. Interested parties are encouraged to raise concerns informally with the Contracting Officer or Ombudsman before escalating to a formal agency protest. A formal protest can be filed with either the Contracting Officer or the Ombudsman, with the goal of resolving issues within 35 calendar days. During the protest period, contract award or performance may be suspended unless justified otherwise. Protesters must submit specific information as outlined in FAR 33.103 to ensure timely handling. Contact details and an alternative liaison are provided for further assistance. This program aims to streamline conflict resolution regarding USCG procurements, reducing the need for external litigation while ensuring compliance with federal regulations.
    This government document is an amendment to the solicitation numbered 70Z08524QIBCT0026 regarding contracts for the USCGC George Cobb (WLM-564). It outlines requirements for contractors related to providing qualified technical representatives (Tech Reps) for specific tasks involving the Z-Drive propulsion unit. Key points include the contractor's responsibility to provide experienced Tech Reps familiar with associated systems, ensure compliance with manufacturer procedures, and submit Tech Rep names and resumes to the Contracting Officer Representative (COR). Additionally, the amendment extends the quote submission deadline to September 20, 2024, at 11:00 PST, while reaffirming that all other terms and conditions remain unchanged. The amendment serves to clarify responsibilities and requirements for potential contractors while managing the logistics of the Z-Drive system modifications.
    The document serves as an amendment to solicitation number 70Z08524QIBCT0026, specifically addressing updates regarding the CGC GEORGE COBB (WLM-564) vessel. Key changes include correcting references from CGC ELM to CGC GEORGE COBB and revising the quote due date from September 6, 2024, to September 16, 2024. Additionally, it emphasizes that for the evaluation of offers, technical merit and past performance will weigh more significantly than price, per FAR 52.212-2 evaluation factors. The amendment outlines that acknowledgments of the amendment must be received before the specified deadline to avoid rejection of offers, and it clarifies procedural requirements for making changes to submitted offers. All other terms and conditions of the original solicitation remain unchanged and in full effect, ensuring consistency in the solicitation process. This document is essential for potential contractors involved in federal bidding processes, ensuring that they are informed of critical updates that may influence their proposals.
    The U.S. Coast Guard is issuing a Request for Quotation (RFQ) for commercial services related to the dry dock repairs of the USCGC George Cobb (WLM-564), specifically for fiscal year 2025. The solicitation, designated as RFQ NO: 70Z08524QIBCT0026, is a total small business set aside under NAICS Code 336611 for ship repair. The scope of work encompasses all labor, materials, and equipment necessary for various repairs to ensure compliance with specific specifications. The performance period is set from December 10, 2024, to February 17, 2025, and all work will take place at the contractor's facilities. Offerors must submit written responses by September 16, 2024, with inquiries regarding the solicitation due by August 30, 2024. Evaluation of quotations will hinge on three main factors: Technical capability, Past Performance, and Price, with the first two carrying equal weight against price. Offerors must provide detailed documentation including technical certifications and proof of insurance. The anticipated award date is October 25, 2024. This procurement aims to ensure the operational readiness and safety of the vessel while promoting competition among small businesses.
    The document outlines a Request for Quotation (RFQ) by the U.S. Coast Guard for commercial services related to the dry dock repairs of the USCGC George Cobb (WLM-564). It is categorized as a total small business set-aside, using FAR Part 12 and 13.5, focusing on ship repair services, with a required performance period from December 10, 2024, to February 17, 2025. Bidders must submit written quotations via email by September 6, 2024, and can pose questions until August 30, 2024. The evaluation criteria prioritize technical qualifications and past performance over price. Key requirements include a cover letter, completed schedules, certifications, and proof of insurance. Past performance will be assessed based on relevant contracts, focusing on the contractor's ability to meet regulations and standards. The pricing evaluation will factor in costs associated with the shipyard location and potential additional allowances for crew separation and officer travel. A pre-award survey may be conducted to verify contractor qualifications. The anticipated award date is set for around October 25, 2024, emphasizing the importance of meeting compliance and technical standards throughout the process.
    The document outlines a justification for a sole source acquisition by the U.S. Coast Guard's Surface Forces Logistics Center. It specifies that a contract will be awarded based on other than full and open competition to acquire technical representative services related to the Ulstein model 1350-H Z-drive propulsion unit. The contractor is required to have specialized knowledge of proprietary systems pertaining to this equipment to ensure compliance with necessary installation and repair processes. The justification states that OEM representatives are the only viable option due to their unique expertise and the proprietary nature of required specifications, indicating that alternative sources are not realistically obtainable due to these factors. Efforts have been made to conduct market research, but the proprietary constraints limit competition. The Coast Guard acknowledges these challenges while planning to continue market research for future acquisitions, though proprietary information limitations remain a significant barrier.
    The document discusses the justification for using a sole source acquisition for technical representative services required by the U.S. Coast Guard’s Surface Forces Logistics Center. Specifically, the need arises from Work Item D-019, which involves the Z-drive propulsion unit and mandates a Qualified Technical Representative familiar with the Ulstein model number 1350-H. The justification outlines that only the Original Equipment Manufacturer (OEM) can provide the necessary expertise to ensure compliance with repair standards, as the proprietary design and specification knowledge are critical for successful installation and maintenance. Efforts to solicit competitive bids have been limited due to the unique qualifications required and the proprietary nature of the technical information, which the Coast Guard cannot obtain from other vendors. The document concludes by noting that while continuous market research will be conducted, achieving full and open competition is challenging without access to the required proprietary data.
    The U.S. Coast Guard, under the Department of Homeland Security, seeks to justify a sole-source contract for technical representative services from L3 Controls, Inc. for the renewal and calibration of a Z-drive propulsion unit as outlined in Work Item D-020. The justification cites the unique qualifications of the OEM, which possesses proprietary techniques, specifications, and documentation essential for the project's successful execution. Competitive procurement is hindered by the lack of available alternatives capable of meeting the specific technical requirements. The absence of an authorized technical representative could lead to significant operational risks and damages due to potential installation errors. Although the Coast Guard intends to conduct market research to explore future competition, the lack of access to necessary proprietary information limits realistic options. The document emphasizes the necessity of OEM involvement to maintain equipment integrity and compliance with established standards.
    The document outlines a "Justification for Other than Full and Open Competition" for a U.S. Coast Guard contract regarding Work Item D-022, which involves the repair of specific Z-Drive propulsion equipment. The Coast Guard asserts that only one source, the original equipment manufacturer (OEM), can provide the necessary technical representative services due to the specialized nature of the equipment and the proprietary manufacturing specifications. The contractor must be skilled in the particular Ulstein model and Cooper drive shafts, and the presence of the OEM representative is vital to prevent significant equipment damage during installation and calibration. Competitive solicitations will be pursued for future acquisitions, but proprietary information limits options. The document emphasizes ongoing market research to address barriers to competition while underscoring the unique qualifications and sole-source justification for this particular procurement, reflecting adherence to federal acquisition regulations for streamlined processes.
    The Department of Homeland Security's U.S. Coast Guard proposes a sole-source contract for specialized services related to the overhaul of the Rolls Royce (formerly Bird Johnson) Thruster Unit. This justification for limiting competition arises from the need for a Qualified Technical Representative with specific knowledge and experience in dealing with this proprietary equipment, ensuring adherence to manufacturer standards and repair procedures. The report emphasizes that no other service providers possess the necessary documentation, techniques, and design specifications required to complete this work effectively. Previous attempts at market research indicated a lack of alternative vendors capable of fulfilling these requirements due to the proprietary nature of the essential information. The Coast Guard plans to continue conducting market research but recognizes that full and open competition may not be feasible without access to the OEM's proprietary data, which is currently unavailable. The document serves as a formal request for justification of other than full and open competition in compliance with federal procurement regulations.
    The Department of Homeland Security, U.S. Coast Guard, is seeking to justify a sole-source contract for the replacement of an oily water separator (OWS) system, specifically the Boss® Model 2.2T-107 YM OWS. Due to the obsolescence of this machinery, the contract necessitates a Qualified Technical Representative familiar with the system to ensure compliance with the manufacturer's standards during its installation and maintenance. The justification states that only the original equipment manufacturer (OEM) possesses the proprietary knowledge, technical capabilities, and documentation required to perform the necessary services without risking equipment damage. The proposal emphasizes the challenging nature of ensuring full and open competition because of the proprietary information and design specifications held by the OEM, and states that future market research will be conducted to explore potential alternatives while recognizing current limitations in sourcing. The document serves to explain and validate the rationale behind limiting the procurement process to one source amidst strict adherence to federal acquisition regulations, highlighting a need for specialized technical involvement in maintaining government assets.
    The Department of Homeland Security's U.S. Coast Guard is seeking a sole source contract for technical representative services related to the Directional Control Valve (DCV) and Rexroth equipment as part of Work Item D-069. This acquisition justifies limiting competition due to the unique expertise required: only the Original Equipment Manufacturer (OEM) can provide the necessary qualifications and proprietary information to ensure correct installation and compliance with the manufacturer’s standards. The services demand a qualified representative with specific experience in the DCV system, emphasizing the critical nature of proper installation to prevent equipment damage. While market research will continue to be conducted to identify potential contractors, the proprietary nature of the technical information limits the ability to develop a competitive bid solicitation. The document underscores the necessity of the OEM’s involvement to adhere to quality assurance protocols and safeguard the operational integrity of the equipment. The U.S. Coast Guard acknowledges these challenges and is committed to exploring ways to broaden competition for future acquisitions while respecting proprietary constraints.
    The Department of Homeland Security, U.S. Coast Guard is seeking justification for a contract under the Simplified Acquisition Procedures, limiting the procurement process to a sole source. The proposed contract involves installing a Seawater Piping Anti-Fouling System, requiring a Qualified Technical Representative familiar with the Cathalco Anti Fouling system. The justification emphasizes that the original equipment manufacturer (OEM) is the only source for necessary technical services due to the proprietary nature of the equipment and the specialized skill set required to ensure proper installation and compliance with manufacturer standards. Despite conducting market research, the Coast Guard indicates that other suppliers cannot meet the required technical and regulatory qualifications. Without access to proprietary information, full and open competition is not feasible, though the Coast Guard commits to ongoing market research to explore future competitive options. This document underscores the challenges and justifications often encountered in federal contracting processes, particularly when specialized knowledge and proprietary information limit competitive bidding.
    The Department of Homeland Security's U.S. Coast Guard seeks to contract services from a sole source for the upgrade of the Doppler Speed Log System. This justification details that only an authorized Furuno technical representative can provide the specialized services required by the project, including proprietary equipment information, compliance with manufacturer standards during maintenance, and technical support necessary to avoid equipment damage. The Coast Guard highlights that other potential vendors lack the required proprietary knowledge, as the original equipment manufacturer (OEM) is the only source with the essential design specifications and documentation. Efforts to promote competition through market research are acknowledged; however, they remain constrained due to the proprietary nature of the information held by the OEM. The document outlines the commitment of the USCG to continue researching market options while stressing the necessity for an OEM representative to ensure the integrity and compliance of the work that must be performed.
    The document outlines a justification for other than full and open competition regarding a contract by the U.S. Coast Guard's Surface Forces Logistics Center. The contract aims to hire an independent Certified Coating Inspector, certified at NACE Level 3, to oversee and ensure quality during surface preparation and painting of equipment. The need for specialized skills and proprietary knowledge limits the availability of qualified vendors to just the Original Equipment Manufacturer (OEM), which is considered the sole source for these technical services. Market research indicated that no other vendor possesses the required proprietary specifications and quality assurance capabilities pertinent to the project, limiting competitive sourcing. The Coast Guard recognizes barriers to competition and plans to perform further market research for future acquisitions, but acknowledges that without access to OEM proprietary information, full competition is impractical. This document serves as a formal request for exception to standard procurement processes, justifying the sole sourcing of necessary services based on specific and unique requirements.
    Lifecycle
    Title
    Type
    CGC GEORGE COBB DD FY25
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    CGC TAMPA AA FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance services for the USCGC Tampa (WMEC-270A) for fiscal year 2025. The procurement involves a range of repair and maintenance tasks, including equipment testing, calibration, and inspection of various systems, with a focus on ensuring operational integrity and compliance with safety and environmental regulations. This contract is part of the government's initiative to support small businesses, particularly women-owned and economically disadvantaged firms, with a performance period from January 6, 2025, to February 4, 2025. Interested parties can contact Keith Willis at keith.d.willis@uscg.mil or Alissa Gavalian at alissa.gavalian@uscg.mil for further details regarding the bidding process and requirements.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    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 Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    USCGC Richard Dixon DS FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide dockside repairs for the USCGC Richard Dixon (WPC-1113) as part of the fiscal year 2025 maintenance schedule. The procurement focuses on comprehensive maintenance activities, specifically the 16,000-hour maintenance tasks for the vessel's Main Diesel Engines, adhering to stringent safety and environmental guidelines. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and emphasizes the federal government's commitment to promoting equitable access for minority-owned enterprises. Interested parties should contact Maryjean Falkenstein or Jaime R. Smith for further details, with the solicitation number 70Z08024QPBPL0045 and submission deadlines outlined in the draft solicitation document.
    Aviation Availability: USCGC ALERT FY25 AA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC ALERT (WMEC-210B) during fiscal year 2025. The procurement involves a range of maintenance tasks, including cleaning and inspecting aviation fuel tanks, conducting load tests on power supplies, and adhering to environmental regulations and safety protocols throughout the repair process. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and operational standards set by the U.S. Coast Guard. Interested parties should contact Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or 206-815-4330, with the performance period scheduled from January 6, 2025, to February 4, 2025, and a total small business set-aside designation under FAR 19.5.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    FY 25 INTERMEDIATE DRYDOCKING AND REPAIRS TO NOAA SHIP GORDON GUNTER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide intermediate drydocking and repairs for the NOAA Ship Gordon Gunter for fiscal year 2025. The procurement involves comprehensive maintenance services, including inspections and repairs to ensure the vessel's operational readiness for NOAA's research missions, with a focus on adhering to safety and quality standards. This contract is critical for maintaining the functionality of NOAA's fleet, which supports vital environmental and oceanographic research. Interested vendors must submit their quotes electronically by September 16, 2024, and can request specification documents by contacting Michelle Blake at michelle.blake@noaa.gov or Andrew J. Northcutt at Andrew.Northcutt@noaa.gov.
    Fiscal Year 2025 West Coast (CONUS + Alaska & Hawaii) General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking multiple small business contractors for the Fiscal Year 2025 West Coast General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC). This procurement aims to establish contracts to support ship repair requirements at various locations on the West Coast, Alaska, and Hawaii, including tasks such as compressor overhauls, pipe renewals, and valve repairs. The services are critical for maintaining the operational readiness of the U.S. Navy's Combat Logistics Force, which provides essential supplies and support to Navy ships at sea. Interested contractors must submit their proposals, including past performance evaluations, by the specified deadlines, and can contact Rey Estrada at amador.r.estrada.civ@us.navy.mil or Charles Reeves at charles.t.reeves7.civ@us.navy.mil for further information.