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
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 5, 2025, 5:00 PM UTC
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.
Jan 21, 2025, 7:11 PM UTC
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.
Jan 21, 2025, 7:11 PM UTC
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.
Jan 21, 2025, 7:11 PM UTC
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.
Jan 21, 2025, 7:11 PM UTC
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.
Jan 21, 2025, 7:11 PM UTC
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-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
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.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
Dock-side (DS): USCGC HOLLYHOCK FY25 Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform dock-side repairs for the USCGC HOLLYHOCK during fiscal year 2025. The scope of work includes comprehensive maintenance, repair, and associated support services, with the first task order's performance period set from August 4, 2025, to September 18, 2025, at the cutter's homeport in Honolulu, Hawaii. This procurement is crucial for maintaining the operational readiness and safety standards of the vessel, reflecting the Coast Guard's commitment to effective asset management. Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Tatiana Sher at Tatiana.Sher1@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil for further clarification.
CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
CGC HICKORY DRYDOCK REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for unplanned drydock repairs for the USCGC HICKORY (WLB 212), a 225-foot Juniper-Class buoy tender. The scope of work includes essential tasks such as fire prevention requirements, hull inspections, thruster overhauls, and the provision of temporary services, with the anticipated performance period set from June 3 to June 17, 2025. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and environmental protection. Interested contractors must submit their business size status, including classifications such as HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business, by April 25, 2025, to ensure compliance with federal contracting regulations. For further inquiries, potential bidders can contact Iran N. Walker at Iran.N.Walker@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
BERTHOLF DS FY25 FQ4
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for dockside repairs to the United States Coast Guard Cutter (USCGC) BERTHOLF (WMSL-750) as part of the FY25 FQ4 initiative. The contract, which is set aside for small businesses, will encompass a range of maintenance and repair tasks to be executed in accordance with the provided specifications and task orders, with the first task order's performance period running from August 26, 2025, to November 18, 2025. This procurement is critical for ensuring the operational readiness and safety of the cutter, which plays a vital role in the Coast Guard's mission. Interested contractors should direct inquiries to Lavon Lewis or Mark Cap via their respective emails, with the overall contract funding subject to the availability of funds and an estimated value of $348 million for anticipated contract actions through August 1, 2029.
JAMES DS FY25 solicitation
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repair services for the USCGC JAMES (WMSL-754) during fiscal year 2025. The contractor will be responsible for providing all necessary labor, materials, and services to perform repairs and alterations at the cutter's homeport in North Charleston, South Carolina, from May 8 to July 30, 2025. This procurement is crucial for maintaining the operational readiness of the vessel, ensuring compliance with Coast Guard standards, and includes specific tasks such as tank cleaning, fire detection system modifications, and cargo handling equipment maintenance. Interested parties should contact Sherri Ore at sherri.s.ore@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil for further details, and must adhere to the submission deadlines outlined in the solicitation documents.