Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
ID: 70Z04025SSBPL1316Type: Sources Sought
Overview

Buyer

DEPARTMENT OF HOMELAND SECURITYUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Coast Guard (USCG) is issuing a Sources Sought Notice to identify potential contractors for dry-dock repair services of the USCG STA CURTIS BAY (45661) vessel, based in Baltimore, MD. The purpose of this notice is to evaluate the availability of commercial services capable of fulfilling the agency's requirements and to gather information about the market. The contract will involve comprehensive repairs, including inspections and maintenances such as ultrasonic testing, hull plating, engine alignment, and more, to be conducted at the contractor's dry dock facility. Additionally, geographical restrictions within 320 nautical miles apply, but vendors beyond this limit may still qualify based on cost considerations. Responses must include company details, certification documents for small business categories, a plan for service delivery, and past performance evidence. The anticipated contract will last approximately 30 days and follow NAICS Code 336611 guidelines. The notice underlines that submissions will not result in a formal contractual obligation, reflecting the government’s commitment to ensuring a competitive and compliant procurement process. Interested parties are urged to respond before the specified deadline.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Loading similar opportunities...