U.S. Coast Guard Sector Maryland-NCR Rust Removal
ID: 70Z0G824QBNCR0029Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NATIONAL CAPITAL REGION(000G8)WASHINGTON, DC, 20593, USA

NAICS

Water Supply and Irrigation Systems (22131)

PSC

ABRASIVE MATERIALS (5350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Coast Guard, under the Department of Homeland Security, is seeking proposals for rust removal services at the Coast Guard Yard in Baltimore, Maryland, through a combined synopsis/solicitation. The project involves the removal of rust and previous paint from a steel magazine enclosure, which is crucial for maintaining the structure's longevity and supporting ordnance needs for visiting cutters. Interested vendors are encouraged to conduct site visits and must submit their quotes, including a Technical Capabilities Volume and a Price Volume, by September 16, 2024, at 12:00 PM EDT. For further inquiries, potential bidders can contact Allyson C. Breeden or Samuel Salerno via email, with all questions due by September 10, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The Armory Outdoor Mag Rust Removal RFP outlines the scope of work required for rust and paint removal from a steel magazine enclosure at the Coast Guard Yard in Baltimore. The project aims to enhance the structure's longevity for supporting ordnance needs. The contractor must mobilize equipment, provide water and electricity, and implement environmental containment measures for waste disposal. Work is to commence within 14 days of contract acceptance and is expected to be completed within 30 working days. A site visit is strongly recommended for accurate bidding, and all required permits must be obtained by the contractor. Safety and environmental protection measures must adhere to federal regulations, with oversight from designated Safety and Environmental Specialists. The contractor is responsible for daily cleanup and ensuring safe working conditions on government property. This RFP emphasizes meticulous planning and adherence to legal protocols, reflecting the federal government's commitment to maintaining operational readiness and environmental compliance while ensuring contractor accountability.
    The document outlines a Request for Proposal (RFP) for rust removal services, detailing the services required as specified in a Statement of Work (SOW). It lists a single line item for rust removal, with a quantity of one described as a unit of issue (JB). The total evaluated price is recorded as $0.00, reflecting a preliminary or placeholder value. There is no discount applied, as indicated by the consistent 0% rate across various sections. Additional comments suggest that the unit price is fixed per line item, although specific details about the execution of the services or other potential costs are not included. This RFP serves as a formal solicitation for bidders to provide pricing and availability for rust removal, emphasizing transparency and potential compliance with federal or local contracting requirements. The lack of costs suggests further detailing or clarifications are expected from bidders in responses to the RFP.
    The document titled "Pictures of Armag (Magazine)" appears to be an artistic or informational publication, potentially related to a project seeking federal or state funding or support. The main topic revolves around showcasing visual content and narratives associated with the subject matter of Armag, which may pertain to cultural, environmental, or community themes. Key ideas likely include the importance of visual representation in conveying messages, fostering public engagement, and possibly addressing local needs or historical contexts. This document may serve as part of an RFP or grant proposal, aiming to highlight the significance of the project and its alignment with funding criteria. The structure likely includes visual elements supported by accompanying text that provides context or storytelling related to the images presented. The overall purpose emphasizes the value of project visibility and its potential impacts, aligning with the objectives commonly outlined in government grants and RFPs.
    The Request for Quote (RFQ) # 70Z0G824QBNCR0029, issued by the United States Coast Guard (USCG) on August 30, 2024, seeks proposals for rust removal services at the U.S. Coast Guard Yard in Baltimore, MD. The contract will be awarded as a Firm-Fixed Price (FFP) Purchase Order, with the focus on obtaining the Lowest Price, Technically Acceptable offer. Bidders are encouraged to conduct site visits from September 4-6, 2024, and must submit questions by September 10, 2024. Quotes are due by 12:00 PM EDT on September 16, 2024, via email, including both a Technical Capabilities Volume and a Price Volume. The evaluation will be based on technical capability and price, with a determination of Acceptable or Unacceptable assigned to technical submissions. Specific clauses and provisions applicable to commercial items and contracting regulations are detailed, including requirements for invoicing via the Invoice Processing Platform (IPP) and adherence to Department of Labor wage determinations. This solicitation reflects the USCG's operational needs while aligning with federal contracting guidelines.
    The document is a solicitation for commercial items issued by the U.S. Coast Guard Yard, focusing on a rust removal requirement from outdoor magazines. The solicitation number is 70Z0G824QBNCR0029, with an offer due date set for September 16, 2024, and is designated as an unrestricted acquisition under NAICS code 221310. The contracting details include required information from offerors, including solicitation response, pricing, and delivery terms. Specific instructions for invoicing and terms of payment are outlined, and identified eligible vendor classifications include women-owned, service-disabled veteran-owned, HUBZone, and small businesses. The document specifies the need for compliance with federal acquisition regulations, with references to pertinent FAR clauses. The U.S. Coast Guard emphasizes its commitment to adhering to standard procurement practices and ensuring service quality through this solicitation process. This document serves as an official request for proposals from qualified contractors to fulfill the stated requirements.
    The RFQ 31110PR240000029 addresses the rust removal from an ammunition magazine, referred to as Armag. The document responds to specific solicitation questions from potential vendors. The magazine is enclosed by a 4-5 foot fence, complicating the process for scaffolding or shrink-wrapping, which is left to the vendor's discretion. There are no preferred methods for rust removal specified; instead, vendors can choose the best approach, whether through sandblasting, grinding, or needle guns. A rust inhibitor is required following the removal process. While painting is not included in the scope of work, vendors may include it in their quotations if desired. This document is part of a larger framework of federal and state/local RFPs aimed at ensuring appropriate maintenance and compliance related to government assets.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    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.
    SCAFFOLDING/CONTAINMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for the USCG Eagle, with a focus on safety and compliance. The procurement involves erecting scaffolding around the vessel's main mast, ensuring proper weight distribution, and providing fireproof containment for painting operations, all while adhering to OSHA regulations and maintaining structural integrity against wind gusts of up to 60 MPH. This project is crucial for maintaining the operational readiness of the vessel and is scheduled to take place between September 27 and November 1, 2024. Interested vendors must submit their quotes by September 19, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure their proposals include engineering drawings stamped by a Professional Engineer.
    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.
    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.
    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.
    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.
    BERTHOLF FUEL OIL PURIFIER FEED PUMP INSPECT AND REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and repair the fuel oil purifier feed pump on the Coast Guard Cutter (CGC) Bertholf. The primary objective is to address a fuel leak suspected to be caused by a mechanical seal failure in the 1 feed pump, requiring a thorough evaluation, necessary repairs, and certification testing to ensure compliance with original equipment manufacturer specifications. This procurement is critical for maintaining the operational readiness of the vessel, as the fuel oil purifier system is essential for its performance. Interested vendors must submit their official quotes by 8:00 AM Pacific Time on September 20, 2024, and can direct inquiries to Jeramyah W. George at Jeramyah.W.George@uscg.mil or Bryan P. Briggs at bryan.p.briggs@uscg.mil.
    Katmai Bay Fan Coil
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace the Duct Coil Pre Heater and Electrical Heater in the Fan Room of the WTGB 140 vessel located in Sault Sainte Marie, Michigan. The project involves addressing leaks in the Aux 1 and Bosn Hole areas, conducting pressure tests on the systems, and ensuring compliance with various Coast Guard specifications while protecting unaffected vessel components from contamination. This procurement is crucial for maintaining the functionality and safety of government-operated marine vessels, with a project completion deadline set for October 15, 2024. Interested vendors must submit their quotes by 8:00 AM Pacific Time on September 20, 2024, and can contact Jeramyah George at Jeramyah.W.George@uscg.mil or Kyler Fisk at Kyler.C.Fisk@uscg.mil for further information.
    70Z03024QCLEV0134 - Inspection and Descaling of Main building Pipes for US Coast Guard Station St. Ignace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the inspection and descaling of main building pipes at the U.S. Coast Guard Station in St. Ignace, Michigan. The project requires the provision of all necessary labor, materials, equipment, and supervision to address plumbing issues, including gray water odors and flooding, with a completion deadline set for September 30, 2024. This procurement is crucial for maintaining the operational integrity of the facility's plumbing system and is estimated to be under $10,000. Interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or by phone at 906-635-3243 for further details, and all relevant solicitation documents can be accessed via SAM.gov.