U.S. Coast Guard Special Purpose Craft – Boarding Team Delivery II and Special Purpose Craft – Law Enforcement Boats, Maintenance and Upgrades
ID: 70Z02324F7311RFIType: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats. The procurement aims to ensure the operational readiness and reliability of these vessels, which are critical for maritime security operations, by performing routine maintenance and emergent repairs at designated sites in San Diego, California, and Chesapeake, Virginia. Interested parties are invited to submit tailored capability statements addressing their experience and capacity to fulfill these requirements by April 14, 2025, at 11:00 AM EST, to the primary contact, Miranda V. Smith, at Miranda.V.Smith@uscg.mil, with a copy to Adam Petty at Adam.F.Petty1@uscg.mil. This opportunity is part of a Total Small Business Set-Aside initiative and will result in a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period.

Files
Title
Posted
The U.S. Coast Guard requires maintenance, repair, and upgrade services for its Special Purpose Craft – Boarding Team Delivery II (SPC-BTD II) and Law Enforcement (SPC-LE) boats, resulting in a Request for Proposal (RFP) for a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This service will be conducted at designated sites in San Diego, California, and Chesapeake, Virginia. Contractors must provide necessary personnel, equipment, and management to perform routine maintenance and emergent repairs, adhering to applicable laws for hazardous materials. Maintenance Work Packages are established based on operational hour milestones, allowing for predictable cost planning and additional services as needed. Each craft has specific maintenance requirements outlined, with multiple packages detailing tasks ranging from visual inspections to engine repairs and trailer maintenance. The government will oversee contractor performance through quality control and assurance measures to ensure adherence to contract standards. The anticipated contract duration spans five years with a base year followed by four additional ordering years. This initiative underscores the importance of maintaining operational readiness and reliability of Coast Guard vessels essential for maritime security operations.
Similar Opportunities
USCG STA LOS ANGELES/LONG BEACH (45651) FY25 DD REPAIRS
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors for the FY25 dry-docking repairs of the Response Boat-Medium (RB-M) at the Station Los Angeles/Long Beach. The procurement involves comprehensive repair and maintenance tasks, including inspections, cleaning, and alterations to the vessel, with contractors required to provide all necessary labor, materials, and expertise as outlined in the solicitation documents. This contract is crucial for maintaining the operational readiness of the Coast Guard's maritime assets, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 5, 2025, and can contact Troy Elliott at troy.s.elliott@uscg.mil or Janet M Delaney at Janet.M.Delaney@uscg.mil for further information.
USCGC BENJAMIN BOTTOMS (WPC-1132) DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of performing dockside repairs on the USCGC Benjamin Bottoms (WPC-1132), which is homeported in San Pedro, California. The anticipated work includes cleaning and inspecting fuel service tanks, renewing interior deck coverings, conducting 8000-hour maintenance on main diesel engines, and hull plating cleaning, with the project scheduled to last 49 days from November 4, 2026, to December 16, 2026. This Sources Sought Notice serves as a market research tool to evaluate available capabilities and inform potential set-asides for competition decisions, emphasizing the importance of the services for maintaining operational readiness of the vessel. Interested companies must submit their qualifications and past performance information by April 8, 2025, and are encouraged to register with the System for Award Management for compliance with federal contracting requirements. For further inquiries, contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement focuses on the design, construction, and delivery of a vessel capable of performing multi-mission tasks, including Search and Rescue (SAR), law enforcement, and environmental protection, while ensuring compliance with stringent operational and safety specifications. This initiative is critical for maintaining the Coast Guard's readiness and effectiveness in high-risk maritime environments, with an estimated total evaluated price of $1,660,000 over a seven-year period. Interested contractors must submit their proposals by April 23, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@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.
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 unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to identify potential contractors for 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 businesses to perform extensive maintenance tasks, including hull inspections and repairs of critical systems, which require coordination with original equipment manufacturers (OEMs). The performance period for this contract is set from January 27, 2026, to September 30, 2030, involving four planned drydocks and one emergent drydock, with interested parties required to submit a capability statement by April 27, 2025. For further inquiries, potential respondents can contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or by phone at 206-820-3678.
DRYDOCK: USCG OSPREY DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for drydock repairs of the USCGC OSPREY (WPB-87307), which is home ported in Port Townsend, WA. The project involves extensive work on hull plating, propulsion systems, deck preservation, and maintenance tasks on various components, with an anticipated duration of 64 days from November 18, 2025, to January 20, 2026. This sources sought notice aims to assess market capabilities and gather insights for future procurement, emphasizing the importance of ensuring that the necessary services can be effectively acquired. Interested companies should submit their qualifications, including business size and relevant past performance, to Christiana Rolack at christiana.a.rolack@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, and are advised to register in the System for Award Management (SAM).
DRYDOCK: USCGC RAZORBILL DD FY2026
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified sources regarding the drydock availability for the USCGC RAZORBILL (WPB-87332) to perform necessary repairs. The anticipated work includes hull preservation, tank cleaning, engine realignment, and various component renewals, with the performance period expected to span from November 4, 2025, to February 3, 2026. This Sources Sought Notice aims to gauge market capabilities in alignment with FAR guidelines, particularly focusing on small businesses under NAICS code 336611, and is intended to inform future competitive and set-aside decisions. Interested parties are encouraged to submit detailed information about their capabilities and past performance to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil by the specified deadlines.
Sources Sought for Pusher Boat Operations
Buyer not available
The Department of Defense, specifically the Navy Region Southwest, is seeking qualified contractors for Pusher Boat Operations Support Services at three naval installations in San Diego, California. The contractor will be responsible for operating and maintaining government-furnished boats, ensuring the safe movement of various marine craft, and conducting daily inspections to uphold navigational safety and operational effectiveness. These services are critical for maintaining the operational schedule of the Commander Third Fleet and ensuring efficient port operations. Interested parties must submit a Capability Statement detailing their qualifications and relevant experience by the specified deadline to Amber Haverstick at amber.m.haverstick.civ@us.navy.mil, with the anticipated contract being a Firm Fixed Price type for a base year and four option years.
USCGC Joseph Doyle Dockside Repairs
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Joseph Doyle (WPC-1133) as part of a total small business set-aside procurement. The contract requires comprehensive maintenance services, including extensive work on the Main Diesel Engines (MDEs), inspections, and adherence to strict safety and environmental regulations. This opportunity is crucial for maintaining the operational readiness of Coast Guard vessels and supports the federal commitment to enhancing participation from women-owned small businesses in government contracting. Interested parties should contact Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details, with the contract performance expected to take place in Florida during Fiscal Year 2025.