USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
ID: 70Z08526QIBCT0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPARTMENT OF HOMELAND SECURITYUS 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines various federal acquisition regulations and clauses pertinent to government contracts. It covers aspects such as contracting methods, special contracting concerns, socio-economic programs for small businesses, general contracting requirements, and environmental considerations. Key regulations include those related to commercial products and services, contractor responsibility, protests, contract financing, and intellectual property. The file also details specific clauses concerning the protection of government interests, such as those addressing debarred contractors, combating human trafficking, and ensuring equal opportunity for veterans and individuals with disabilities. Environmental regulations cited pertain to refrigeration equipment, aerosols, foams, and hazardous materials. Overall, the document serves as a comprehensive guide for contractors and government entities to ensure compliance and proper execution of federal contracts, emphasizing compliance, ethical conduct, and environmental responsibility.
    The document outlines procedures for amending solicitations and modifying contracts using Standard Form 30 (SF 30). It details how offerors must acknowledge amendments, either by completing specific items on the form, acknowledging receipt on the offer copy, or through separate communication, emphasizing that failure to acknowledge may lead to rejection of the offer. The form also covers various types of contract modifications, including administrative changes, change orders, and supplemental agreements, specifying when contractor signatures are required. Key instructions clarify how to complete fields such as contract ID code, effective date, issuing office, and the description of the amendment or modification, including its impact on the contract price and accounting data. The example provided shows an amendment extending a proposal due date to December 17, 2025.
    This document is an amendment to a solicitation or a modification to a contract, specifically Amendment/Modification Number 70Z08526QIBCT0002A0002, with an effective date of December 10, 2025. Issued by the Commander, USCG-SFLC-CPD 2 in Norfolk, VA, its primary purpose is to update the IGE excel spreadsheet by deleting unnecessary tabs and to update the Request for Clarification. The document outlines the procedures for acknowledging receipt of the amendment for solicitations and specifies that all other terms and conditions of the original document remain unchanged. It also provides instructions for various items on the Standard Form 30, including effective dates, issuing and administering offices, and how to describe amendments or modifications.
    The "Past Performance Information Form" (Attachment 3) is a standardized document used in government solicitations, likely RFPs or grant applications, to gather critical information about an offeror's prior contract performance. This form requires the offeror to provide details such as their name, contract identifier, customer reference information (company, contact person, phone, and email), total dollar value of the effort, period of performance including any extensions, and a detailed description of the work performed to demonstrate relevance to the current solicitation. Additionally, it mandates the disclosure of any subcontractors utilized, their scope of work, and the annual dollar value of their subcontracts. The form is designed to ensure that contracting entities can assess an offeror's experience and capability by reviewing past projects and their execution, which is crucial for evaluating proposals in federal, state, and local government procurement processes.
    Attachment 4 outlines the procedure for offerors to submit questions regarding a solicitation. Questions must be submitted in writing using the provided “Request for Clarification” form, with one question per form, indicating the offeror's firm name and submission date. These forms are to be sent via email to Jerrod.a.gonzales@uscg.mil and sandra.a.martinez@uscg.mil. The deadline for question submission is November 25, 2025, at 8 AM PST. The document specifies details such as the cutter and hull number (USCGC MALLET (WLIC 75304)) and the USCG RFQ Number (70Z08525QIBCT0021), indicating its relevance to a federal government procurement process.
    This government file details the drydock repair specifications for the USCGC MALLET (WLIC 75304) and USCG 84 BARGE (84002) for Fiscal Year 2026. Developed by Sydney S Johnson, the document outlines 50 work items covering extensive repairs and maintenance. Key areas include hull plating inspection and preservation, propulsion system overhauls, tank cleaning, and various structural and mechanical repairs for both the tender and the barge. The file also lists consolidated references, government-furnished property, and critical inspection items that must be completed within the first 25% of the contract period. General requirements emphasize adherence to Coast Guard and SFLC Standard Specifications, including detailed mandates for fire prevention, environmental protection, and quality assurance for preservation and welding tasks.
    This government estimate outlines the comprehensive drydock availability requirements for the USCGC MALLET (WLIC-75B) and an accompanying barge in Fiscal Year 2026. The document details numerous definite and optional maintenance and repair items, categorized for both the tender (USCGC MALLET) and the barge. Key tasks for the tender include hull preservation, inspection and overhaul of propulsion components like shafts and propellers, cleaning and inspection of various tanks (fuel, sewage, potable water), and general drydocking services. For the barge, similar hull inspections and preservation are listed, alongside specific repairs such as superstructure plating, fwd rake, crew's head deck plating, and boom rest repairs. Additional items cover renewals of components like quick-acting watertight scuttles, external deck drains, air compressors, and crew racks. The estimate also specifies inspections and services for mechanical chain stoppers and provides for temporary services during the drydock period. While individual unit prices for most items are not filled, a unit price of $4,300.00 is listed for the barge drydocking (D-043), with 140 associated labor hours. The document also includes a breakdown of labor categories and material/subs costs, emphasizing the multi-faceted nature of the drydocking project.
    The document outlines the Independent Government Estimate (IGE) for the USCGC MALLET (WLIC-75B) Drydock Availability in FY2026. It details an extensive list of maintenance, inspection, preservation, and repair tasks for the vessel and its associated barge. Key activities include hull plating inspection and preservation, propulsion shaft and propeller maintenance, tank cleaning and preservation, rudder preservation, and various structural repairs. The estimate also specifies fire prevention requirements, leak testing of voids and appendages, and inspection/service of numerous fittings and systems. A significant portion of the tasks are designated for the tender and barge components, covering underwater body preservation, cathodic protection, and specific repairs like superstructure plating and crew's head deck plating. The IGE also includes a breakdown of assumed labor rates, G&A, and profit factors, noting that estimates are based on historical data adjusted for inflation and regional price trends. The total estimated prices for definite, optional, and combined items are currently listed as $0.00, with only the
    The United States Coast Guard (USCG) has established the Ombudsman Program for Agency Protests (OPAP) to resolve agency protest issues efficiently and prevent litigation. Interested parties are encouraged to address concerns informally with the Contracting Officer or the Ombudsman. If concerns remain, a formal agency protest can be filed with either the Contracting Officer or the Ombudsman. Formal protests under OPAP may suspend contract award or performance and aim for resolution within 35 calendar days. Protesters must first attempt to resolve issues with the Contracting Officer and include information as per FAR 33.103. The document provides contact information for the OPAP program and an alternative point of contact.
    The document outlines a government estimate for the USCGC MALLET (WLIC-75B) Drydock Availability in Fiscal Year 2026. This independent government estimate (IGE) details a comprehensive list of definite and optional items for maintenance, preservation, and repair work on both the cutter and its associated barge. Key tasks include hull plating inspection and preservation, underwater body preservation, appendage leak testing, propulsion shaft overhauls, tank cleaning, and various structural and mechanical repairs. The estimate also covers drydocking services, fire prevention, and sea trial support. Pricing is based on historical data from similar projects, adjusted for inflation and regional price trends. The document further provides a breakdown of composite labor rates, assumed G&A and profit factors, and direct material/subs costs, along with a list of labor categories and geographic areas for rate application.
    The document addresses clarifications for Solicitation 70Z08526QIBCT0002, focusing on quantity specifications for various line items within the Cost Estimate Breakdown tab of an Excel spreadsheet. For line items D-005 through D-013, the initial query regarding unspecified quantities is answered by directing the contractor to refer to the listed drawings in the specification for detailed quantity and square footage information. Specifically, examples like D-005 (U/W Appendages Leak Test) and D-010 (Fuel Service Tanks Clean and Inspect) are provided, referencing specific drawings and tables. A subsequent identical question for D-005 through D-013 is answered with “QTY 1.” Furthermore, the document clarifies that line items D-051 through D-067 in the cost estimate breakdown are not applicable, and pricing is only required for SOS&S, confirming that only the first Excel sheet tab up to D-050 is relevant.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Loading similar opportunities...