USCGC WARREN DEYAMPERT HULL CLEANING AND INSPECTION
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Mar 28, 2025 02:15 pm EDT
- Original Date Offers Due: Apr 07, 2025 09:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Apr 22, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
- NAICS Code:
- 336611 - Ship Building and Repairing
- Place of Performance: Boston , MA 02109USA
Description
THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:
A. REQUIREMENT:
U/W Body (Waterborne), Clean and Inspect, Renew Zinc Anodes
1. Scope
1.1 Intent. This work item describes the requirements for the Contractor to clean the vessel’s U/W body and to renew bolt-on zinc anodes, while the vessel is moored pier side.
1.2 Cutter, Address, Availability, and POC. USCGC WARREN DEYAMPERT, 427 Commercial Street Boston, MA. 02109. Cutter Availability: 21 - 24 April, 2025. Cutter POC will coordinate service OOA 16 April 2025. POC: Chief Steven Ruggirello, Cell #: (718) 702-8313, steven.f.ruggirello@uscg.mil
1.3 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N Anode, stern tube P/N: Z0020202H3 NIIN: 016445483 28 ea. $11.15 N Nut, Self-Locking P/N: 90715A145 NIIN: 015085774 2 Bx *24 in a bx $7.24 N Anode, Sea Chest Grate P/N: GA-4 NIIN: 016476179 4 ea. $21.93 N Screw, Prop zinc plate P/N: 950756 NIIN: 016340210 8 ea. $9.42 N Screw, Sea Chest Grate Anode, P/N: 93190A634 NIIN: 016197182 4 ea. $9.70 N Screw Cap, Stern Tube Covers P/N: 90585A626 NIIN: 016161107 42 ea. $1.81 N Zinc plate, propeller P/N: 950733 NIIN: 016278941 2 ea. $618.85 N Anode, Bow Thruster, Gear Case, Bolt On P/N: 1081226 NIIN: 123561870 1 ea. $64.97 N Anode, Bow Thruster, Tunnel, Bolt On P/N: CM2000Z NIIN: 200126334 12 ea. $29.46
2. REFERENCES
COAST GUARD DRAWINGS
Coast Guard Drawing 154B WPC 111-301, Rev A, Shell Expansion
Coast Guard Drawing 154B WPC 161-301, Rev -, Skegs and Stern Tubes Support Structures
Coast Guard Drawing 154B WPC 562-201, Rev -, Rudder Details
Coast Guard Drawing 154 WPC 565-201, Rev -, Fin Stabilizer System A & D
Coast Guard Drawing 154B WPC 568-201, Rev B, Bow Thruster System A & D
Coast Guard Drawing 154 WPC 997-302, Rev -, Docking Plan
COAST GUARD PUBLICATIONS
Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements
Surface Forces Logistics Center Maintenance Procedure Card B10015.D (MPC B10015.D), 10/31/24, Insp/Cln U/W Equipment (Hull Plate)
Surface Forces Logistics Center Maintenance Procedure Card B10018.D (MPC B10018.D), 5/31/23, Replace Underwater Zinc Anodes
OTHER REFERENCES
None
3. REQUIREMENTS
3.1 General.
3.1.1 CIR.
None.
3.1.2 Tech Rep.
Not Applicable.
3.1.3 Protective measures. The Contractor must furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor must remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness.
3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences).
3.2 Requirements. The Contractor must:
3.2.1 Video recording. Submit video highlights of underwater body surfaces (e.g. bow thruster, propellers, rudders, transducers, heavily fouled hull areas, etc.) before and after cleaning.
3.2.2 Clean/inspect. Clean the U/W body surfaces free of all marine growth, debris, and all other surface contaminants in accordance with MPC B10015.D. Remove and replace sea chest grating if necessary to access/clean sea chest suction. Ensure all transducer surfaces are cleaned with only hand held brushes, without the use of power attachments. Ensure that existing u/w body coating system or non-coated surfaces do not incur any damage during cleaning process. Polish propellers. Refer to Coast Guard drawings listed in Section 2.
3.2.3 Renew anodes. Renew Government-furnished components listed below paragraph 1.2. in accordance with MPC B10018.D. Anodes may require slight modification to ensure proper fit (ie., trimming metal tabs, drilling tab bolt holes).
NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.
As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda:
Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.
Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than Monday April 07, 2025 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Ford, T S PO1 USCG SFLC (USA) at email address – Timothy.S.Ford@uscg.mil and carbon copy Fremming, Patricia M CPO USCG SFLC (USA) at email address Patricia.M.Fremming@uscg.mil.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, to Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil .
See attachment for FAR Clauses and Provisions apply to this acquisition:
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.
Attachments/Links
Contact Information
Contracting Office Address
- 300 EAST MAIN ST, STE 950, VESS DIV
- NORFOLK , VA 23510
- USA
Primary Point of Contact
- Timothy ford
- timothy.s.ford@uscg.mil
- Phone Number 15716084011
Secondary Point of Contact
- Patricia Fremming
- Patricia.M.Fremming@uscg.mil
History
- Mar 28, 2025 02:15 pm EDTCombined Synopsis/Solicitation (Original)