USCGC DILIGENCE FY25 AA
ID: 70Z8025QMECP0009Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, 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, through the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Diligence (WMEC 616) for fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning and inspecting aviation fuel tanks, load testing power supplies, and renewing windspeed transmitters, all adhering to strict Coast Guard standards for safety and operational readiness. This contract is critical for ensuring the vessel's performance and compliance with environmental regulations, reflecting the government's commitment to maintaining its maritime assets. Interested contractors should contact Monica Paul at Monica.W.Paul@uscg.mil or Kaity George at kaity.george@uscg.mil, with proposals due by February 5, 2025, at 12:00 PM EST, under a total small business set-aside program.

    Files
    Title
    Posted
    The document outlines technical evaluation requirements for bidders responding to a federal Request for Quotation (RFQ) related to DOD or USCG vessel work. Bidders must provide a proposal not exceeding 15 pages, detailing their corporate experience, including workforce capability and capacity relevant to specific job items. A comprehensive Planning Document (PD) is required, featuring timelines, projected delivery dates for Critical Inspection Reports (CIRs), and an understanding of the project’s critical path. Additionally, bidders must prove their adherence to a recognized Quality Management System (QMS) and present an independent coatings preservation plan, including strategies for surface treatment and certifications for preservation contractors. They are also required to list qualified technical representatives, demonstrating their familiarity with associated tasks and necessary OEM training. Lastly, a subcontract management plan detailing intended subcontractors and their services must be submitted. This document establishes detailed expectations for compliance and quality assurance in vessel maintenance projects, aligning with government procurement standards.
    The document outlines a solicitation for a contract related to the procurement of services and products for the Women-Owned Small Business (WOSB) program. It details the requisition and solicitation numbers, contract information, delivery and payment terms, item descriptions, and quantities required. The primary focus is on the acquisition process for the USCGC Diligence’s AA repairs, including specifications, performance periods, and contractor requirements. The solicitation emphasizes the importance of demonstrating technical capability and past performance with a structured evaluation based on technical accomplishments, workforce capacity, and pricing. Offerors must submit detailed proposals including cover letters, price schedules, past performance references, and technical submissions that address various requirements such as project planning, quality control, and compliance with governmental regulations, particularly regarding covered telecommunications equipment and services. Contractors are also advised on submission procedures, evaluation criteria, and the necessity of licenses for hazardous materials handling. Overall, this contract solicitation embodies the federal government's commitment to engaging small and women-owned businesses while ensuring compliance with established regulations and standards.
    The document pertains to an amendment of the solicitation number 70Z08025QMECP0009, providing clarification in response to offerors' inquiries. It outlines the procedures for acknowledging receipt of the amendment, emphasizing the importance of timely submission to avoid rejection of proposals. The amendment does not alter the closing date, which remains set for February 5, 2025, at 12:00 PM EST, and affirms that all other terms and conditions of the original solicitation are unchanged. This amendment also references the attached question and answer document, which further details the clarifications provided. The amendment aims to ensure clarity and adherence to protocol as part of the bidding process, which is crucial for maintaining fair competition and transparency in government contracting. Overall, this document serves as an official communication to update potential contractors on key aspects related to the solicitation process under federal procurement guidelines.
    The government RFP amendment 70Z08025QMECP00090001 addresses a query regarding certification requirements for a company, QP-1. The company’s certification is set to expire on March 31, 2025, and although they expect to receive a renewal before the performance period begins, it will not be available before the bid submission deadline. The government response clarifies that as long as the current certification is provided, along with an acknowledgment of its impending expiration and the plan for renewal, this would meet the requirement. The document serves to clarify certification processes within the RFP framework, ensuring compliance while accommodating standard industry practices regarding renewal timelines. The interactive exchange illustrates the government’s flexibility and commitment to facilitating the bidding process while maintaining regulatory standards.
    This document outlines the pricing schedule for dockside availability work on the USCGC Diligence during FY2025. It lists various job items related to the inspection, testing, calibration, and preservation of aviation fuel service tanks, power supplies, and helicopter operating areas, among others. Additionally, it provides a structure for labor rates and a material markup/handling fee for any potential growth/work beyond the initial scope. The total price for definite and optional items is estimated but may be subject to variation depending on actual unit prices incurred over the contract term. The outlined labor rates and material fees will apply throughout the contract duration should additional work be authorized, emphasizing a flexible adjustment to contract needs. Overall, the document serves as a comprehensive guide for budgeting and pricing evaluations for a critical marine operation under federal maintenance projects.
    The document outlines the specifications and requirements for dockside repairs of the USCGC Diligence (WMEC 616) for fiscal year 2025. It covers various aspects including references to essential drawings, government-furnished property, and critical inspection items for the vessel. The work items specified include cleaning and inspecting aviation fuel tanks, load testing for the 28 Volt DC Helo Power Supply, and renewing windspeed transmitters. Key sections detail mandatory procedures for initial and post-repair operational tests, environmental protection measures, and quality assurances the contractor must follow during repairs. It emphasizes the importance of adhering to Coast Guard standards for safety, environmental compliance, and operational readiness. This document serves as a formal guide for contractors involved in the repair and maintenance processes, ensuring clarity and adherence to regulations governing the work performed on Coast Guard vessels. The comprehensive approach underscores the government's commitment to maintaining high standards in the upkeep of its maritime assets.
    Lifecycle
    Title
    Type
    USCGC DILIGENCE FY25 AA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    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.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    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 Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    DRYDOCK: USCGC STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) for Fiscal Year 2026. The project entails the renewal of the 1 (Starboard) Main Diesel Engine, which may involve either a complete assembly replacement or a component-based build-in-place approach, adhering to detailed specifications and standards outlined in the associated documentation. This renewal is critical for maintaining the operational readiness and performance of the vessel, which plays a vital role in maritime safety and security. Interested parties can reach out to Monica Paul at monica.w.paul@uscg.mil or by phone at 206-815-3361 for further details regarding the procurement process.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    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.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.