Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025

    Sol. 70Z08525PR250001871ASources SoughtALAMEDA, CA
    Closed
    STATUS
    Closed
    closed Jul 24, 2025
    POSTED
    Jul 24, 2025
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J999
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking sources for drydock maintenance of the USCGC CYPRESS (WLB-210). This opportunity involves providing labor, materials, and equipment for various repair tasks over a 98-day period, starting September 29, 2025. Interested vendors should review the full notice for detailed requirements.

    Contract details

    Solicitation No.
    70Z08525PR250001871A
    Notice Type
    Sources Sought
    Posted Date
    July 24, 2025
    Response Deadline
    July 24, 2025
    NAICS Code
    336611AI guide
    PSC / Class Code
    J999
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Ou Saephanh
    State
    CA
    ZIP Code
    94501
    AI Product/Service
    service

    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 AND ON 21 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 – 04 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 04 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 8:00 AM Pacific Time 24 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.

    Key dates

    1. July 24, 2025Posted Date
    2. July 24, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025 is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.