Search Contract Opportunities

Uscgc Cypress (WLB-210) Drydock Repair FY2025

ID: 70Z08525PR250001871B • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

***SEE ATTACHED FOR FULL TEXT NOTICE***

This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations.

The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees.

**********THIS IS A REVISION TO THE ORIGINAL SOURCES SOUGHT NOTICE POSTED ON 03 APRIL 2025, 21 JULY 2025, and 24 JULY 2025*****

REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Alameda, CA to identify sources capable of providing the following: Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DRYDOCK maintenance to the U.S. Coast Guard Cutter, USCGC CYPRESS (WLB-210) FY25 a 225' buoy tender.

This requirement is for a vessel that is homeported in Coast Guard District 17. It is anticipated that this requirement will be solicited in accordance with NDAA FY 2021 Section 8820, Shipyard Provision, Section 8220, VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS. However, offers may be considered from vendors outside of District 17.

USCGC CYPRESS (WLB-210) DRYDOCK AVAILABILITY FY2025.

ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees.

PLACE OF PERFORMANCE: Contractor's Facility

DESCRIPTION OF WORK:

This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform Dry-dock repairs to the U.S. Coast Guard Cutter (USCGC) CYPRESS (WLB-210), a 225 foot Seagoing Buoy Tender. This vessel's homeport is at Chiniak Hwy, Kodiak AK 99615. All work is to be performed at the Contractor's facility. The required performance period is 98 days. The performance period is 29 September 2025 05 January 2026 to accommodate Coast Guard cutter operational needs.

Description: This Dry Dock will consist of approximately one hundred and eleven (111) work items, hull plating ultrasonic testing, underwater body preserve, propeller removal and inspect, propulsion shaft removal, inspect, and reinstall, rudders remove, inspect, reinstall and preserve, construction deck 100% preserve, tanks clean and inspect, and boat davit inspect. This is not a new requirement. This is required maintenance.

Note: Work items may change during the solicitation phases.

ITEM

DESCRIPTION

D-001

Fire Prevention Requirements

NSP

D-002

Hull Plating, U/W Body, Inspect

JOB

D-003

Hull Plating, U/W Body, Ultrasonic Testing

JOB

D-004

Hull Plating, Freeboard, Ultrasonic Testing

JOB

D-005

U/W Body, Preserve, Partial, Condition A

JOB

D-006

U/W Body, Preserve, Partial, Condition B

JOB

D-007

U/W Body, Preserve, Partial, Condition C

JOB

D-008

Hull Plating Freeboard, Preserve, Partial

JOB

D-009

Appendages, U/W, Leak Test

JOB

D-010

Propulsion Shaft Fairwaters And Rope Guards, Inspect

JOB

D-011

Appendages, U/W, Internal, Preserve

JOB

D-012

Chain Lockers, Clean and Inspect

JOB

D-013

Voids, Non-Accessible, Leak Test

JOB

D-014

Voids, Non-Accessible, Internal Surfaces, Preserve

JOB

D-015

Tanks, MP Fuel Service, Clean and Inspect

JOB

D-016

Tanks, Potable Water, Clean and Inspect

JOB

D-017

Tanks, Ballast, Clean and Inspect

JOB

D-018

Voids, Accessible, Clean and Inspect

JOB

D-019

Tanks, Dirty Oil and Waste, Clean and Inspect

JOB

D-020

Hydraulically Operated Cargo Hatch, Inspect and Service

JOB

D-021

Propulsion Shaft Seals, Mechanical Overhaul And Inflatable Renewal

JOB

D-022

Propulsion Shaft Seals, Bulkhead, Overhaul

JOB

D-023

Strain Gage Alignment, Check

JOB

D-024

Propulsion Shaft Bearings, External, Check Clearances

JOB

O-025

Propulsion Shaft Bearing, Stave Renewal

JOB

D-026

Controllable Pitch Propellers, Clean and Inspect

JOB

D-027

Controllable Pitch Propeller, System Maintenance, Perform

JOB

D-028

Controllable Pitch Propeller Hub, General Maintenance with EAL, Perform

JOB

D-029

Main Reduction Gear, Shaft End NDT

JOB

D-030

Controllable Pitch Propellers, Remove and Reinstall

JOB

D-031

Sea Water System Piping, Clean and Flush

JOB

D-032

Heat Exchangers, Clean, Inspect And Hydro

JOB

D-033

Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean

JOB

D-034

Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean

JOB

D-035

Emergency Diesel Generator, Clean & Inspect

JOB

D-036

Fathometer Transducer, General Maintenance

JOB

D-037

Vent Ducts, Engine And Motor Room, All, Commercial Cleaning

JOB

D-038

Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning

JOB

D-039

Vent Ducts, Laundry Exhaust, Commercial Cleaning

JOB

D-040

Vent Ducts, All Other, Commercial Cleaning

JOB

D-041

Sea Valves and Waster Pieces, Overhaul Or Renew

JOB

D-042

Sea Strainers, All Sizes, Renew

JOB

D-043

Sea Strainers, Duplex, All Sizes, Overhaul

JOB

D-044

Sea Strainers, Simplex, All Sizes, Clean and Inspect

JOB

D-045

Sea Bay, Clean and Inspect

JOB

O-046

Sea Bay, Preserve 100%

JOB

D-047

Potable Water Pneumatic Tanks, Clean and Inspect

JOB

D-048

Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift

JOB

D-049

Rudders, Preserve, 100 Percent

JOB

D-050

Rudder Stock Bearings, Check Clearances

JOB

D-051

Rudder, Inspect And Repair

JOB

D-052

Rudder and Rudder Stock, Remove and Inspect

JOB

D-053

Rudder Bearings, Renewal

JOB

D-054

Thruster Units, Overhaul Fluid Change to EAL

JOB

D-055

Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test

JOB

D-056

Hydraulic Chain Stoppers, Inspect And Service

JOB

D-057

Crossdeck Winches, Inspect and Service

JOB

D-058

Hydraulic Inhaul Winch, Inspect And Service

JOB

D-059

Mechanical Chain Stoppers, Inspect and Service

JOB

D-060

Anchor Windlass, Inspect and Service

JOB

D-061

Anchor Chains and Ground Tackle, Inspect and Repair

JOB

D-062

Anchor Chain and Ground Tackle, Preserve

JOB

D-063

Anchors, Preserve

JOB

D-064

Hawse Pipes, Preserve

JOB

D-065

Warping Capstan, Inspect and Service

JOB

D-066

Hull Fittings (Mooring and Towing), Inspect and Test

JOB

D-067

Single Point Davit, Inspect and Service

JOB

D-068

Welin Lambie Dual Point Davit TWPIV 5.0B, Inspect, Test, and Overhaul

JOB

D-069

Commissary Hoist, Inspect and Service

JOB

D-070

Buoy Crane, Appleton EB600-60-40, Inspect and Service

JOB

D-071

Grey Water Holding Tanks, Clean and Inspect

JOB

D-072

Sewage Holding Tanks, Clean and Inspect

JOB

D-073

Grey Water Piping, Clean and Flush

JOB

D-074

Sewage Piping, Clean and Flush

JOB

O-075

Accessible Voids, Preserve, 100 Percent

JOB

O-076

Tanks, Ballast, Preserve, Partial

JOB

O-077

Chain Locker, Preserve, 100 Percent

JOB

D-078

Accessible Void(s), Preserve, Partial,

JOB

0-079

Tanks, Potable Water, Preserve, Partial,

JOB

D-080

Decks Exterior (Buoy or Construction Deck), Preserve 100%

JOB

D-081

Hull Plating Freeboard (Buoy Port Areas), Preserve

JOB

O-082

Superstructure, Preserve, Partial

JOB

D-083

Cathodic Protection, Zinc Anodes, Renew,

JOB

D-084

Impressed Current Cathodic Protection System, Inspect and Maintain

JOB

D-085

Impressed Current, Cathodic Protection System, Reference Cells, Renew

JOB

D-086

Drydock

JOB

D-087

Temporary Services, Provide - Cutter

JOB

D-088

Sea Trial Performance, Support, Provide

JOB

D-089

Potable Water Pump Room Deck, Preserve

JOB

D-090

Bilges, Preserve

JOB

D-091

Deck Covering, Interior, Wet and Dry, Renew

JOB

D-092

Space or Component, Preserve

JOB

D-093

Water Tight Hatches, Internal DC Deck and Below, Renew

JOB

D-094

Watertight Doors and Scuttles, External, Renew

JOB

D-095

Life Rail Renewal

JOB

D-096

Missing Handgrabs, Install

JOB

D-097

SW Ballast Tank TLI, Repair

JOB

D-098

Fuel Oil (FO) Piping, Renew

JOB

D-099

Circuit Breakers, Inspect, Maintain & Test

JOB

D-100

Single Point Davit Ladder, Renew

JOB

D-101

Exterior Deck Drain, Renew

JOB

D-102

Shower Pan Renew

JOB

D-103

Boat Deck, Port and Starboard, Removable Lifeline Latches, Modify

JOB

D-104

Steering Gear Heat Exchanger, Modify

JOB

D-105

Steering System PLC, Upgrade

JOB

D-106

Galley Vent Ducting Modify

JOB

D-107

Thruster Generator, Clean & Inspect

JOB

D-108

Fluxgate Digital Compass System

JOB

D-109

Directional Control Valve, Uprade

JOB

D-110

Independent NACE Inspector (Level 3), Provide

NSP

D-111

Tenting, Provide

NSP

ANTICIPATED PERIOD OF PERFORMANCE:

29 September 2025 through 05 January 2026 (Subject to change at the discretion of the Government). If the company is unable to meet this period of performance, it is incumbent upon the company to propose an alternative 98 calendar day period of performance.

SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to POC listed in the Sam.Gov announcement with the following information/documentation: Ou Saephanh @ Ou.T.Saephanh@uscg.gov and Kiya Plummer-Dantzler @ kiya.r.plummer-dantzler@uscg.mil no later than 12:01 PM Pacific Time 25 June 2025, with all of the following information/documentation:

1. Name of Company, Address and DUNS Number.

2. Point of Contact and Phone Number.

3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern

4. Documentation Verifying Small Business Certification: Please provide the following documentation as it applies to your company.

a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
b. If claiming HUBZone status, provide a copy of your HUBZone Certificate from SBA.
c. If claiming SDVOSB status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611.
d. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611.
e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million.
f. If claiming Woman Owned Small Business (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611.
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.

5. Statement of Proposal Submission: Statement that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.

6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.

SAM: Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (November 2024). SAM can be obtained by accessing the internet at https://www.sam.gov/SAM/ or by calling 1-866-606-8220.

Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition.

Background
This Sources Sought Notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, located in Alameda, CA. The purpose is to identify sources capable of providing necessary labor, materials, services, equipment, supplies, power, accessories, and special tools for dry dock maintenance of the U.S. Coast Guard Cutter USCGC CYPRESS (WLB-210), a 225-foot buoy tender. This vessel is homeported in Coast Guard District 17 and the contract aims to ensure the cutter's operational readiness through required maintenance.

Work Details
The contractor will perform dry-dock repairs on the USCGC CYPRESS (WLB-210) which includes approximately 111 work items such as: hull plating ultrasonic testing; underwater body preservation; propeller removal and inspection; propulsion shaft removal, inspection, and reinstallation; rudder removal, inspection, reinstallation and preservation; construction deck preservation; cleaning and inspecting tanks; and inspecting boat davits.

The work will be conducted at the contractor's facility and is essential maintenance rather than a new requirement. Specific tasks include: hull plating inspections, underwater body preservation in various conditions (A, B, C), cleaning and inspecting multiple tanks (MP fuel service, potable water, ballast), overhaul of propulsion shaft seals, maintenance of controllable pitch propellers and associated systems, cleaning of exhaust piping for diesel engines and generators, commercial cleaning of ventilation ducts throughout various compartments of the vessel, inspection and renewal of sea valves and strainers, preservation of accessible voids and tanks, as well as modifications to various systems including steering gear heat exchangers.

Period of Performance
The anticipated period of performance is from September 29, 2025 through January 5, 2026. This period may be subject to change at the discretion of the Government.

Place of Performance
All work will be performed at the Contractor’s facility.

Overview

Response Deadline
July 25, 2025, 3:01 p.m. EDT Past Due
Posted
July 24, 2025, 3:24 p.m. EDT
Set Aside
None
Place of Performance
United States
Source

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
20%
On 7/24/25 Surface Forces Logistics Center issued Sources Sought 70Z08525PR250001871B for Uscgc Cypress (WLB-210) Drydock Repair FY2025 due 7/25/25. The opportunity was issued full & open with NAICS 336611 and PSC J999.
Primary Contact
Name
Ou Saephanh   Profile
Phone
None

Secondary Contact

Name
Kiya Plummer-Dantzler   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Ou Saephanh Profile ou.t.saephanh@uscg.gov None

Documents

Posted documents for Sources Sought 70Z08525PR250001871B

Opportunity Assistant


AI Analysis

AI Generate

Incumbent or Similar Awards

Contracts Similar to Sources Sought 70Z08525PR250001871B

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 70Z08525PR250001871B

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 70Z08525PR250001871B

Experts for Uscgc Cypress (WLB-210) Drydock Repair FY2025

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 2(00085)
FPDS Organization Code
7008-70Z085
Source Organization Code
100187922
Last Updated
July 25, 2025
Last Updated By
ou.t.saephanh@uscg.mil
Archive Date
July 25, 2025