PF204 Patrol Boat Dry Docking
ID: 6933A225Q000003Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6933A2 DOT MARITIME ADMINISTRATIONNORFOLK, VA, 23505, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

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

    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for services related to the PF 204 Patrol Boat Dry Docking, under solicitation number 6933A225Q000003. This combined solicitation emphasizes a 100% Small Business Set Aside, with a firm-fixed-price contract anticipated for the required services and materials. Quotes must be submitted by February 21, 2025, at 2:00 PM ET, and interested vendors should direct questions to the designated Contracting Officer by February 11, 2025. Key evaluation criteria for bids include technical acceptability, past performance, and total price, with awards based on a Lowest Price Technically Acceptable (LPTA) approach. Contractors are required to provide a detailed technical narrative, a Gantt chart of the project timeline, and a firm-fixed price quote inclusive of labor costs. The place of performance is limited to contractors' facilities in the Hampton Roads area, with operational work expected to be completed within 45 days following contract award. The document also outlines essential registration, compliance, and insurance requirements necessary for bidders, including adherence to various federal acquisition regulations pertinent to the procurement process. The focus on small business engagement reflects the government’s dedication to encouraging diverse participation in federal contracting opportunities.
    The U.S. Department of Transportation's Maritime Administration is soliciting proposals for the dry docking of the PF 204 Patrol Boat, with RFQ number 6933A225Q000003. This solicitation is exclusively for small businesses and requests quotes by February 21, 2025, with a projected award date of March 28, 2025. Contractors must be familiar with associated FAR regulations and are prompted to submit a technical and pricing narrative detailing their approach and costs, including a firm-fixed price for all materials and labor. Responses must include the contractor’s qualifications, a schedule for the work, and adherence to safety regulations. The evaluation will focus on technical acceptability, past performance, and price, with an award based on the Lowest Price Technically Acceptable (LPTA) criteria. The specified location for work is within the Hampton Roads area, considering geographic and financial implications for the vessel. The solicitation underscores compliance with various federal standards and encourages participation from minority, women-owned, and disadvantaged business enterprises, supporting the Department of Transportation's commitment to equitable procurement practices.
    The document outlines the Statement of Work (SOW) for the dry docking and repair of the PF204 Patrol Boat, managed by the Maritime Administration (MARAD). The contractor will provide all necessary labor and materials for the repair, which includes mooring services, crane operations, fire protection, and compressed air supply. The contractor is required to adhere to regulations from bodies such as the Coast Guard and OSHA throughout the process. Key tasks include structural repairs, ultrasonic testing, hull cleaning, and painting, as well as the removal and reinstallation of the rudder and propellers. The contractor must ensure proper disposal of waste in compliance with federal and local regulations and guarantee a clean vessel upon re-delivery. Maintenance of safety protocols during operations, particularly related to gas-free certifications, welding standards, and ablative blasting practices, is emphasized. The document reflects federal procurement expectations and strict guidelines for environmental considerations in line with sustainable acquisition requirements, underscoring the government's commitment to efficiency and safety in maritime operations.
    The document outlines the vendor price sheet for International Ship Repair Marine Services, Inc., specifically focused on services related to drydocking under the PF204 project. It lists various services required for marine vessel maintenance, including underwater and above-deck plate renewal, ultrasonic testing, zinc replacements, hull cleaning, and inspections of crucial components like rudders and propellers. Each service, while currently lacking specific material and labor hour details, signifies the comprehensive nature of maritime repair and maintenance. The total projected cost for supplemental materials and labor is $118,475.00. This document serves as part of the bidding process for federal and state contracts, demonstrating transparency in pricing and service offerings for marine service providers. The structured format allows for easy comparison of services and facilitates procurement decisions for governmental contracts. Overall, the price sheet reflects the essential services involved in maintaining and repairing marine vessels, adhering to standardized practices in the industry.
    The U.S. Department of Transportation (DOT) provides specific instructions for contractors on submitting invoices via the Delphi eInvoicing web portal. Contractors must register through GSA's Login.gov, where their identity is verified. Requirements include having internet access, creating an account with Login.gov, and requesting access to the Delphi portal through a designated point of contact (POC). The POC submits a User Access Request (UAR), which must include various details like contract numbers and user information. Invoices must adhere to specific content guidelines, including the contractor's contact details, invoice date and number, contract authorization, detailed descriptions of services or supplies, shipping information, and contact for invoice issues. If contractors face difficulties using the Delphi portal, they can request waivers—the Contracting Officer or Accounts Payable department should be contacted for assistance. For ongoing account management, contractors need to notify the Delphi Help Desk if any contact personnel change. Comprehensive training and support resources are available online, with designated contacts for further assistance. This document serves to standardize the invoicing process for contractors engaged with federal contracts, ensuring compliance and efficient processing of payments within government procurement frameworks.
    The document outlines specifications related to Government Furnished Equipment (GFE) required for maintenance and repair work. It categorizes essential items into several sections, including zinc replacements for transom and rudder shafts, the removal and inspection of rudder and propeller shafts, and the replacement of exhaust piping for port and starboard engines. Several types of exhaust hoses, clamps, and repair kits are also listed, assisting in proper installation and functionality. Additionally, the document specifies miscellaneous repair items such as shaft drive savers and dripless shaft seals, providing quantities and part numbers. This information supports maintenance activities crucial for operational efficiency in government-owned vessels or equipment. The main purpose of this documentation is to facilitate procurement in alignment with federal and state/local standards, ensuring appropriate resources are available for necessary repairs and replacements. It serves as a guideline for contractors and suppliers responding to federal requests for proposals (RFPs) and grants, thereby aiding in compliance and operational readiness. Overall, the document is structured to clearly convey the required equipment and specifications vital for proper maintenance and repair activities.
    The document pertains to the Request for Quotations (RFQ) for the dry docking of MARAD PF204 patrol boats, addressing key questions and answers related to the bids. The document confirms the flexibility of the performance period, allowing a possible extension from the original 45 days up to a total of 60 days. It outlines the specifications for the aluminum materials required for hull repairs, detailing the thicknesses needed for different parts of the boat. Additionally, it provides a link to access the vessel's plans and indicates that the quote submission deadline has been extended to February 28, 2025, with an anticipated award date set for March 28, 2025. Overall, this document serves as guidance for potential bidders, clarifying expectations and ensuring all necessary information is disclosed for a successful bidding process in line with federal procurement procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 to perform dry-dock repairs on the USCG Cutter KIMBALL 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 opportunity is critical for ensuring the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested vendors must submit their quotes by March 12, 2025, and can direct inquiries to Kyra May or Andrew G. Jacobs via the provided contact information.
    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.
    Endeavor Boat Repairs & Modifications
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide maintenance, repair, and modifications for the vessel "R.V. Endeavor." The project includes tasks such as hull repair, exterior painting, mechanical work, window replacements, and updates to navigation electronics, all aimed at ensuring the vessel's operational safety for environmental monitoring purposes. This procurement is critical for maintaining government assets and enhancing their operational capabilities, with a Firm Fixed Price Purchase Order expected to be awarded. Quotes are due by 3 PM PDT on March 25, 2025, and interested contractors should contact Sherry Heibeck at SHeibeck@usbr.gov or call 916-978-6188 for further details.
    Layberthing for up to three (3) CAPE S class RRF vessels, CAPE SABLE, CAPE SAN JUAN, CAPE STARR on the U.S. East, Gulf, or West Coast. (Amendment 1)
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting proposals for layberthing services for three Reserve Fleet vessels: CAPE SABLE, CAPE SAN JUAN, and CAPE STARR, to be located on the U.S. East, Gulf, or West Coast. The procurement aims to secure long-term layberthing provisions, including per diem berthage, security, electrical services, water, and sewage services, with contract performance periods spanning from March 18, 2025, to March 17, 2035, and options for extensions. This initiative is crucial for maintaining operational readiness and safety in U.S. maritime services, encouraging participation from diverse business categories, including small businesses and those owned by service-disabled veterans and women. Interested bidders can contact Henry H. Puppe at henry.puppe@dot.gov or call 202-493-8977 for further details.
    Maintenance, Repair, and Preservation of YT-800 ROH
    Buyer not available
    The Department of Defense, through the Puget Sound Naval Shipyard, is soliciting proposals for the maintenance, repair, and preservation of the YT-800 ROH vessel. The contract requires comprehensive docking and maintenance services, including hull maintenance, structural repairs, and system inspections, all to be performed in compliance with maritime industry standards and federal regulations. This procurement is crucial for ensuring the operational readiness of the vessel, which plays a significant role in naval operations. Interested small businesses must submit their proposals by March 17, 2025, with the contract period of performance scheduled from June 16, 2025, to October 10, 2025. For further inquiries, potential contractors can contact Alice Robertson at alice.n.robertson.civ@us.navy.mil or Christopher Davidson at christopher.t.davidson7.civ@us.navy.mil.
    J--NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide hull repairs and bottom paint renewal for the NOAA Navigation Response Team vessel, hull number S3008. The procurement involves critical tasks such as lifting and storing the vessel, applying epoxy primer, and installing two impressed current cathodic protection systems, all to be completed within 90 days of contract award. This opportunity is vital for maintaining the operational integrity and safety of NOAA's maritime assets, ensuring compliance with industry standards and regulations. Interested contractors must submit their quotations by March 13, 2025, and can direct inquiries to Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329.
    DRYDOCK: USCGC BAILEY BARCO DD FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock services for the USCGC Bailey Barco (WPC-154) for fiscal year 2025. The procurement involves comprehensive repairs and maintenance tasks, including hull inspections, propulsion system overhauls, and compliance with safety and environmental regulations. This contract is crucial for ensuring the operational readiness and integrity of the vessel, which plays a vital role in maritime safety and security. Interested parties should contact Torrie Jones at Torrie.M.Jones@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    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.
    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.
    Sources Sought for Dry Dock and Shipyard Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers' New Orleans District, is seeking potential vendors for Dry Dock and Shipyard Services through a sources sought notice. The procurement aims to establish a Blanket Purchase Agreement (BPA) for the maintenance, inspections, and emergency repairs of various government vessels, including survey boats and barges, ensuring they are returned in optimal condition while adhering to regulatory standards. Interested parties are encouraged to submit a capabilities statement detailing their relevant experience and qualifications by March 31, 2025, with the anticipated contract set to begin in January 2026. For further inquiries, interested vendors can contact Taylor H. Brandon at taylor.h.brandon@usace.army.mil or Karen D. Hargrave at karen.d.hargrave@usace.army.mil.