CGC Sycamore DD FY25
ID: 70Z08525QIBCT0003Type: 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 qualified contractors for the dry dock repairs of the USCGC Sycamore (WLB-225B) for fiscal year 2025. The procurement involves comprehensive repair and maintenance tasks, including fire prevention, hull inspections, and servicing propulsion systems, with a focus on adhering to federal regulations and environmental standards. This contract is crucial for maintaining the operational readiness of the vessel, which is home-ported in Newport, Rhode Island, and is set to run from April 1, 2025, to June 23, 2025. Interested parties should contact Catherine Chan or Sandra Martinez for further information, and must submit their proposals by the revised deadline of February 11, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a firm fixed-price contract aimed at procuring commercial products and services, specifically focusing on dry dock repairs for the U.S. Coast Guard Cutter SYCAMORE (WLB-209). It identifies essential requirements such as the scope of work, qualifications, and the timeline for responses. The contract period is set from April 1, 2025, to June 23, 2025. The contractor must ensure adherence to several clauses relevant to federal procurement, including technical evaluations, past performance assessments, and compliance with numerous federal acquisition regulations. The evaluation will consider technical proficiency, past performance, and price to determine the best value offer. The document also hints at geographical cost factors associated with the shipyard location. This procurement emphasizes the importance of engaging small businesses, including women-owned and service-disadvantaged entities, in alignment with federal initiatives. Ultimately, this solicitation serves to secure high-quality services necessary for maintaining the Coast Guard's operational readiness while ensuring compliance with federal contracting standards.
    The document outlines the pricing schedule for the drydock availability of the USCGC Sycamore (WLB-225B) for Fiscal Year 2025. It lists a comprehensive array of services categorized into definite and option items, including fire prevention requirements, inspection and preservation of various hull components, overhaul of propulsion systems, and maintenance of sonar and mechanical systems. The services are quantified with unit prices, total quantities, and fields for extended pricing, although all pricing columns are void of specified amounts. Additionally, there is a breakdown of labor rates and considerations for various regions, reinforcing budgetary assessments with applied general and profit factors. Given its context within government RFPs, this file serves as an essential framework for contractors bidding on maintenance and repair work for the Coast Guard, aiming to ensure the vessel's operational readiness and compliance with safety standards. The structured format emphasizes the detailed scope of work and costs associated with the maintenance of the USCGC Sycamore.
    The document outlines the specifications for the drydock repairs of the USCGC Sycamore (WLB-225B) scheduled for FY2025. It is intended for contractors to adhere to comprehensive repair and maintenance standards mandated by the Coast Guard. The file is organized into multiple work items, detailing tasks such as fire prevention, hull inspections, preserving underwater surfaces, and servicing propulsion systems. Each task is carefully quantified with inspection requirements, including ultrasonic testing and leak tests. Additionally, the specification emphasizes environmental protection, fire safety plans, and the necessity for contractors to produce quality assurance inspection forms throughout the project's duration. The document includes consolidated lists for government-furnished property and critical inspection items that must be done early in the contract. The structured format, including a clear table of contents and work item breakdown, ensures that contractors understand and can implement the required procedures effectively. This specification aims to maintain the vessel's operational integrity while complying with federal regulations governing ship repair and environmental standards, vital for ensuring maritime safety and serviceability.
    The Past Performance Information Form is a standardized document utilized in the federal procurement process. It requires offerors to provide comprehensive details regarding previous contract engagements to evaluate their experience and reliability in fulfilling government projects. Key sections of the form include the name of the offeror, contract identification, customer details, total contract value, and the period of performance. Additionally, respondents must describe the nature of work done, its relevance to current solicitations, and any subcontractor involvement along with their respective contributions and financial values. This document serves as a critical reference for assessing past project accomplishments, ensuring that prospective contractors align with the required qualifications outlined in RFPs while fostering transparency and accountability in the procurement process. The structured format facilitates straightforward comparisons across submissions, ultimately guiding decision-makers in their evaluations.
    The document outlines the guidelines for submitting questions regarding a federal solicitation for the U.S. Coast Guard Cutter Sycamore (WLB-209). Offerors must submit inquiries in writing using the provided "Request for Clarification" form, allowing one question per form. Each submission should include the offeror's firm name and the submission date, with all questions to be sent exclusively via email to designated contacts. The deadline for question submissions is set for January 11, 2025, at 11:00 AM PDT. This process establishes a clear framework for communication between the offerors and the contracting agency, ensuring that all questions regarding the request for proposals are formally documented and addressed in future amendments. The focus on proper submission protocol reflects the emphasis on transparency and clarity within the federal contracting process.
    The document outlines procedures for filing agency protests within the United States Coast Guard (USCG) through its Ombudsman Program for Agency Protests (OPAP). It emphasizes the commitment of the USCG to fair contracting practices and provides a framework for resolving issues related to procurements without resorting to litigation. Interested parties are urged to initially address concerns informally with the Contracting Officer. If unresolved, they may pursue a formal protest either through the Contracting Officer or the Ombudsman, with contract performance potentially suspended during the protest process. Timely resolution is targeted within 35 days, and submissions must comply with specific requirements outlined in FAR 33.103. For formal protests, parties can contact the Ombudsman via designated communication channels. The document aims to facilitate a smooth process for addressing grievances in federal contracting, promoting transparency and efficiency in procurement practices.
    The Department of Homeland Security, U.S. Coast Guard, identifies the need for a contract based on limited competition to undertake mechanical overhaul and renewal of propulsion shaft seals. This requires a qualified technical representative with unique expertise in Wartsila's proprietary shaft seal system to ensure adherence to manufacturer standards during repair processes. The justification emphasizes that only the Original Equipment Manufacturer (OEM) possesses the necessary technical capabilities and proprietary information, which limits the availability of alternate sources. Market research suggests that while other products exist, they cannot meet the specific requirements of the Coast Guard's 225' WLB Class Cutters due to the proprietary nature of the technology involved. It further notes that lack of OEM representation may result in improper assembly and potential damage. The government acknowledges the challenges in developing a broader competitive solicitation due to proprietary constraints but recognizes the importance of maintaining technical oversight. Consequently, removing the Tech Rep requirement is proposed as a last resort, with inherent risks involved. This document underlines the significance of specialized technical services in federal procurement processes, illustrating the careful justification required when opting out of full competition.
    The document outlines a "Justification for Other Than Full and Open Competition" for a procurement related to the U.S. Coast Guard's Surface Forces Logistics Center. The request specifies the need for an Original Equipment Manufacturer (OEM) authorized technical representative for Rolls-Royce CPP Systems and Thruster Units to ensure compliance during maintenance activities, particularly crucial for the performance and safety of the equipment. The Coast Guard recognizes that only the OEM possesses the proprietary information needed for the required services, making them the only viable source for this specific procurement. Market research efforts included soliciting competitive quotes through a sources sought notice, yet proprietary constraints hindered the ability to engage alternative vendors. The document also states that while the government could consider eliminating the technical oversight requirement, this action would pose significant risks of improper equipment assembly and functionality. Thus, the justification emphasizes the necessity of utilizing the OEM's services to maintain operational integrity in servicing the Coast Guard's equipment systems.
    The document pertains to Amendment No. 0002 of a federal Request for Proposal (RFP) regarding the USCGC SYCAMORE (WLB 225B) for fiscal year 2025. It addresses several inquiries from contractors about project specifics. The main responses clarify that the vessel's home port is Newport, Rhode Island, despite previous indications of Mobile, Alabama, affecting transit calculations. Additionally, the government confirms that 40 total ultrasonic (UT) gauging shots of deteriorated bulkheads will be required, and a NACE Level 3 inspection can substitute for QP-1 certification in coating processes. Furthermore, the contractor can expect a revision to the specifications regarding hardware and software necessary for the project, with the provision to submit Contract Change Requests if manufacturer information is lacking. The document maintains that all other terms and conditions of the RFP stay in full effect, underscoring the procedural transparency and compliance expectations in federal contracting.
    This document outlines an amendment to a solicitation for contract offers, primarily detailing the acknowledgment procedures and changes to timelines. Contractors must acknowledge receipt of the amendment by specified methods to avoid rejection of their offers. The amendment modifies key dates: the drawing due date is moved from February 6th to January 29th, the Q&A due date from February 11th to January 31st, the quote due date from February 16th to February 11th, and the award date from February 28th to February 21st. All other terms and conditions of the original solicitation remain unchanged and in effect. The issuing body is the U.S. Coast Guard, located in Alameda, California. This amendment is crucial for ensuring that all bidders are aware of the updated timelines and procedures, thereby facilitating a smooth procurement process.
    Lifecycle
    Title
    Type
    CGC Sycamore DD FY25
    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.
    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.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    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.
    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.
    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.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
    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.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    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 COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.