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 Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical 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, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.

    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 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.
    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 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.
    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.
    Ship Management Services for the Five National Security Multi-mission Vessels (NSMV)
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is seeking vendors for Ship Management Services for five National Security Multi-mission Vessels (NSMVs), with a focus on maintaining operational readiness and compliance. The selected contractor will be responsible for a range of tasks including vessel maintenance, logistics management, regulatory compliance, and staffing for non-training missions, all of which are critical for supporting State Maritime Academies and responding to emergencies. Interested parties must demonstrate qualifications such as U.S. citizenship, vessel ownership experience, and a $1 million line of credit, with submissions due by February 5, 2025. For further inquiries, contact Robert McDermott at robert.mcdermott@dot.gov or call 757-322-5824.
    DRYDOCK: USCGC WILLIAM FLORES DRYDOCK FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified contractors for the drydock repairs of the USCGC William Flores (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive repair tasks, including topside structure repairs, hull plating inspections, and overhauls of critical ship systems such as propulsion and electrical distribution, all while adhering to specified Coast Guard standards and environmental regulations. This initiative is crucial for maintaining the operational readiness and integrity of the Coast Guard's maritime assets. Interested contractors, particularly small businesses, must submit their proposals by the updated deadline, with inquiries directed to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Drydock, Maintenance, and repair of 4 Coast Guard Training Vessels
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard Academy, is seeking qualified contractors to perform drydock maintenance and repairs on four training vessels: RESPECT, HONOR, DUTY, and SHUMAN. The procurement requires contractors to provide all necessary labor, equipment, materials, and supervision to complete specified repairs, including ultrasonic testing, underwater body preservation, and cathodic protection system renewal, within designated 10-day performance periods. This initiative is crucial for maintaining the operational readiness of the Academy's training fleet, ensuring compliance with safety and environmental standards throughout the repair process. Interested contractors should submit written quotations electronically by the specified deadlines, and for further inquiries, they may contact Paul Barroso at Paul.Barroso@uscg.mil or Laurie Valliere at Laurie.L.Valliere@uscg.mil.
    Murden Shipyard Repair Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and maintenance of the Dredge Murden at a shipyard facility in Wilmington, North Carolina. The contractor will be responsible for providing labor, materials, and services to perform extensive repairs, including dry-docking, cleaning, and compliance inspections by the American Bureau of Shipping and U.S. Coast Guard, with a contract duration of up to 90 days. This procurement is crucial for maintaining the operational integrity of the dredge, which plays a significant role in marine engineering and environmental infrastructure projects. Interested small businesses, particularly those owned by service-disabled veterans, must submit their quotes and technical proposals electronically by 3:00 PM ET on February 24, 2025, and direct any inquiries to Diana Curl or Rosalind M. Shoemaker via email.
    Suisun Bay Reserve Fleet (SBRF) PG-616 BOOM & PG-615 DYNAMO Hauling and Shaft Seal Replacement
    Buyer not available
    The U.S. Department of Transportation, Maritime Administration (MARAD), is seeking small businesses to provide hauling and shaft seal replacement services for two service crafts, PG-615 DYNAMO and PG-616 BOOM, as part of Solicitation Number 6991PE25Q000001. The project requires contractors to perform all necessary labor, materials, and equipment for the maintenance of these vessels, which are crucial for the operational readiness of the Suisun Bay Reserve Fleet. The work must be completed within 14 days of arrival at the designated shipyard in the San Francisco Bay area, with responses due by February 13, 2025. Interested vendors should contact Lynda Luo at lynda.luo@dot.gov for further details and ensure compliance with federal procurement regulations.
    DOCKSIDE: USCGC RAYMOND EVANS FY25 #1 MDE QL3+ & #2 MDE QL3
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Raymond Evans (WPC-154) for fiscal year 2025. The procurement involves extensive maintenance tasks, including 16,000-hour and 8,000-hour servicing of the main diesel engines, cleaning of the underwater body, and renewal of zinc anodes, all of which require adherence to stringent safety and environmental regulations. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with federal standards while promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested parties can contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with proposals due in accordance with the solicitation timeline.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    Morro Bay dry docking
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for the emergency dry docking of the USCGC Morro Bay in Cleveland, Ohio. The contractor will be responsible for providing all necessary personnel, equipment, and services to perform the dry docking work, including the replacement of a raw water recirculating valve and ensuring the vessel's safe return to the water. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet and ensuring compliance with safety standards. Interested small businesses must contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL for further details, with the contract expected to be awarded based on the lowest price technically acceptable offer.