WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
ID: 70Z08524RIBCT0006Type: 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 (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 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.

    Point(s) of Contact
    Patrick D. Brown
    (757) 628-4588
    (757) 628-4676
    Patrick.D.Brown@uscg.mil
    Files
    Title
    Posted
    The solicitation document outlines a request for proposals (RFP) from Women-Owned Small Businesses (WOSBs) to perform dry-docking and repair services for U.S. Coast Guard cutter vessels. The procurement entails a firm-fixed-price indefinite delivery indefinite quantity (IDIQ) contract with a base year and four optional years, potentially valued at around $26 million. Proposals are due by October 21, 2024, and must comply with various federal acquisition regulations including registration in the System for Award Management (SAM). Key project aspects include rigorous specifications for docking and repairs, evaluation factors for awarding task orders, and requirements for contractor performance and compliance inspections. The document stresses the importance of cost-effectiveness and operational efficiency, particularly due to seasonal constraints affecting vessel movement in the Great Lakes. Further, it addresses procedural guidelines for invoicing, contract modifications, and potential contract termination scenarios. The overall focus on leveraging small business participation aims to promote economic growth within the framework of federal contracting protocols, ensuring fairness and compliance throughout the procurement process.
    The document serves as an amendment to a solicitation for federal contracts, emphasizing the importance of acknowledging receipt of the amendment by potential contractors. Bidders must confirm the receipt through specified methods before the designated deadline to avoid rejection of their offers. The amendment's primary focus is on updating specifications related to the J-2 WTGB 140’ project. It extends the deadline for receipt of offers and outlines procedures for submitting changes to existing proposals. Notably, the contractor is not required to return signed document copies, although some acknowledgment is necessary. Key details include the amendment control number, effective dates, and specific changes in the requisition documents. Additionally, the document provides information on the organizational structure of the solicitation and contract modifications, ensuring that all terms remain valid unless otherwise stated in the amendment. It highlights the importance of compliance with established protocols to facilitate the contracting process effectively.
    The document outlines a pricing schedule for a series of planned dry-dock maintenance services for 140-foot WTGB vessels, focusing on the necessary tasks and associated costs, which currently all reflect a total estimate of $0.00. It details various maintenance items, including inspections, repairs, and preservation of hull plating, propulsion systems, and tank cleaning across multiple option years. The contract includes specific requirements and tasks, delineated by unit prices, quantities, and extended prices, but is notably absent specific financial commitments or pricing, indicated by “NSP” (Not Specified Price) or zeros. The purpose of this document aligns with federal RFPs and state/local procurement practices for maritime maintenance services, offering a structured format for potential bidders to understand the scope of the services required and how pricing will be evaluated over the contract term. This comprehensive schedule ensures transparency and compliance with government standards while allowing for detailed assessment of vendor pricing capabilities in the dry-docking industry.
    The document outlines specifications for drydock repairs on the USCGC Sturgeon Bay (WTGB-140) from fiscal years 2024 to 2028. It serves as guidance for contractors regarding the scope of drydock availability, including critical inspections, maintenance tasks, and required safety measures. Key sections detail various work items such as fire prevention requirements, inspections of hull plating and underwater body components, as well as preservation specifications. The contractor is responsible for adhering to stringent guidelines, ensuring compliance with safety standards, and conducting thorough inspections of underwater components for corrosion and damage. Additionally, the document includes a consolidated list of government property available for use, critical inspection items within specified timelines, and requirements for fire safety planning. Emphasizing the importance of environmental compliance, the document mandates adherence to federal, state, and local regulations during all maintenance activities. Overall, it seeks to ensure the durability and safety of the vessel while supporting the Coast Guard's operational readiness.
    The document outlines the specifications for drydock repairs for the USCGC Sturgeon Bay (WTGB-140) for the fiscal years 2024-2029. It includes a comprehensive list of work items detailing inspections, repairs, and maintenance of the vessel's hull, structural components, fire prevention measures, and preservation activities. Specific work items range from fire prevention requirements to detailed inspections of the underwater (U/W) body, ultrasonic testing of hull plating, and preservation tasks to ensure optimal vessel performance. Key sections outline the contractor's obligations to provide fire prevention plans, conduct thorough inspections of underwater components, and follow stringent preservation standards. The contract emphasizes environmental protection, adherence to safety standards, and the necessity for quality control during all phases of work. Essential government-furnished property items are included, along with critical inspection items to ensure thorough assessments are completed early in the repair period. The overall purpose of this document is to convey clear requirements for contractors engaged in repairing and preserving Coast Guard vessels, ensuring adherence to safety, environmental, and quality standards necessary for potential federal and state funding compliance and to maintain operational readiness of the service vessels.
    The document details the specifications for the US Coast Guard's (USCG) drydock repairs on the BARGE-120 for fiscal years 2024-2029. It outlines the work items necessary for hull preservation and maintenance, primarily focusing on inspections and treatments of various components including hull plating, underwater surfaces, tanks, and other critical equipment. Each work item specifies standards for inspection, preservation, and necessary materials, ensuring compliance with Coast Guard regulations and environmental requirements. The work scope encompasses ultrasonic testing, preservation processes, maintenance of systems like sewage and potable water tanks, and factors related to environmental protection, including the use of proper cleaning methods and materials. Safety measures, including fire watch requirements and environmental considerations, are highlighted as essential throughout the repair process. The intention is to provide a comprehensive guideline for contractors on the meticulous and methodical preservation and repair of the barge's underwater body and associated systems, ensuring compliance with Coast Guard standards while minimizing environmental impact. This project reflects the USCG’s commitment to maintaining operational readiness and safety of their fleet through structured maintenance and intervention processes.
    The Past Performance Information Form is a critical document utilized in government Requests for Proposals (RFPs) and federal grants. It serves to collect essential details about an offeror's previous project experiences and their relevance to current solicitations. The form requires information such as the name and identifiers of the contract, customer references, points of contact, telephone numbers, and email addresses. It additionally asks for the total dollar value of the effort, including any options and performance periods, including extensions. A detailed description of the work performed is necessary to demonstrate relevance to the current RFP, along with information about any subcontractors used, their extent of work, and associated financial values. This structured approach provides evaluators with insights into the offeror’s capabilities and reliability based on past performance, forming a crucial part of the decision-making process in government procurement.
    The document outlines the procedures for submitting questions regarding a specific Request for Proposal (RFP) related to dockside repairs for the 140' Inland Ice Breaker Tugs and 120' Barges. Offerors must submit their written questions using the attached "Request for Clarification" form, with one question per form, including the name of their firm. The deadline for submissions is set for 19 February 2024 at 4:00 PM EST, and questions can be directed to a designated email address. This solicitation details specific delivery information regarding potential items and referenced attachments. Overall, the document ensures clarity in communication between the offerors and the issuing authority, facilitating the bidding process for government contracts related to marine repairs and services.
    The United States Coast Guard (USCG) has established the Ombudsman Program for Agency Protests (OPAP) to facilitate fair and timely resolutions for interested parties regarding procurement issues without resorting to litigation. The program encourages informal discussions with Contracting Officers first; if unresolved, parties may approach the Ombudsman for further review. For formal protests, parties must attempt discussions with the Contracting Officer and may then file a protest with either the Contracting Officer or the Ombudsman. During the protest period, contract awards or performance may be suspended unless justified otherwise. Protests should comply with requirements set in the Federal Acquisition Regulation (FAR) to ensure timely and adequate resolution, generally aimed to be concluded in under 35 days. Protests must include specified details and be filed within designated timelines to be considered valid. Additional information is accessible through the USCG website or by contacting designated officials directly. The program emphasizes resolving issues internally to avoid external disputes while maintaining integrity in procurement practices.
    The SFLC Standard Specification 8634 outlines essential requirements for contractors involved in the dry docking of Coast Guard surface assets. The document specifies the scope, which encompasses the docking and undocking processes, and includes appendices detailing inspection and certification requirements for docking facilities. Key terms such as "dry dock," "COR," and various certification methods are defined to ensure clarity and standardization. Key requirements mandate that contractors maintain facility certification, submit thorough documentation of their dry dock’s operational capability, and ensure that qualified personnel oversee docking operations. It emphasizes safety protocols during operations and specifies detailed documentation and calculations needed for pre-award, docking, and undocking phases. Additionally, the document provides specific criteria for block construction, stability calculations, and operational limits during dry docking to facilitate safe procedures. Overall, this specification aims to assure the safe handling of Coast Guard vessels within the parameters set by regulatory and safety standards. It serves as a comprehensive guide to ensure that contractors comply with the rigorous standards necessary for the successful docking and maintenance of U.S. Coast Guard assets, further supporting operational readiness and safety.
    The SFLC Standard Specification 0740 outlines the requirements for welding, fabrication, brazing, and inspection processes for U.S. Coast Guard boats and cutters. It serves as a guideline for contractors to follow when engaging in welding activities, ensuring that certified welders utilize approved procedures consistent with industry standards. Key elements include the necessity for thorough documentation, the appointment of government inspectors, and strict adherence to established welding codes (both commercial and military). The specification further details critical welds requiring special attention, stray current protection measures, and specific material restrictions such as avoiding low ductility electrodes. Inspection protocols, including nondestructive testing methods (e.g., visual, ultrasonic, and magnetic particle tests), are mandated to maintain structural integrity. Additional requirements cover the repair of welded joints, the use of appropriate filler materials, and adherence to safety and quality assurance practices. Overall, this specification emphasizes the Coast Guard's commitment to maintaining high standards of quality and safety in vessel maintenance and repair operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    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.
    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.
    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.
    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.
    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.
    James River Reserve Fleet_Drydocking TD 207 PUSH BOAT
    Active
    Transportation, Department Of
    The Department of Transportation's Maritime Administration (MARAD) is seeking qualified small businesses to provide dry docking services for the TD-207 Push Boat, a vessel owned by the United States. The contractor will be responsible for all labor and materials necessary to perform the dry docking as outlined in the Statement of Work, with the project expected to commence within 60 days following the delivery of the vessel to the contractor's facility in the Hampton Roads area of Virginia. This procurement is critical for maintaining the operational readiness of maritime assets and supports the federal government's commitment to engaging small businesses in the maritime industry. Proposals are due by September 16, 2024, and interested parties should contact Mr. Cory Lynch at cory.lynch@dot.gov or Mr. Robert McDermott at robert.mcdermott@dot.gov for further information.
    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.
    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.