SOLICITATION NOTICE
J -- USCGC Willow towing to home port
- Notice Date
- 3/25/2025 11:36:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z085Q250011991
- Response Due
- 4/10/2025 8:00:00 AM
- Archive Date
- 04/25/2025
- Point of Contact
- Justin Wooldridge, Phone: 2068205327, Lindsay Mongiovi, Phone: 5716086752
- E-Mail Address
-
justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil
(justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ITEM 1: Towing Services, Curtis Bay MD to Charleston, SC 1. SCOPE 1.1 Intent/Background. This work item describes the requirements for the Contractor to provide towing services for CGC Willow while they transit to and from the locations in table 1. They currently do not have any means of propulsion, with a known engineering casualty to their reduction gear, and their only propulsion shaft is removed with stern tube blanked. The intent of this work is to get tug service that has the capability to transit them back to their homeport while they await repairs. Table 1 - Transit Locations POINT OF DEPARTURE POINT OF ARRIVAL Pier Port Country Pier Port Country Coast Guard Yard Curtis Bay, MD USA Papa Base FLETC Charleston, SC USA/ 600NM 1.2 Government-furnished property. None. 2. REFERENCES Coast Guard Drawings None Coast Guard Publications Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Coast Guard Commandant Instruction (COMDTINST) M16672.2D, Mar 1999, Navigation Rules, International-Inland Other References None 3. REQUIREMENTS 3.1 General. The Contractor must provide the necessary towing equipment and rigging, install towing fittings on the vessel, prepare the vessel for the tow, provide a towing vessel, qualified pilot, riding crew and assist tugs, and accomplish tow of vessel from the point of departure to the point of arrival designated in paragraph 1.1 (Intent). Towing operations must be conducted in accordance with COMDTINST M16672.2D and all federal, State, and local regulations. The Contractor must not use shipboard winches or any other deck machinery to control or winch the vessel for towing operations but may use appropriate attachment points on the vessel to secure and control the vessel during towing operations. 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 measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection). 3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). 3.2 Pre-towing conference. Prior to conducting towing operations, the Contractor must convene a Pre-towing Conference a minimum of 48 hours prior to the scheduled tow date. The Contractor must notify the cutter and of the intended conference to discuss, and location, a minimum of three business days in advance of the departure. The Contractor must have all towing equipment and rigging, including the tow vessel, available at the during the conference to allow the cutter or COR to work out any questions or plans for towing capabilities and strategy. Discuss all towing plan details to the satisfaction of the cutters commanding officer. NOTE Pre-towing Conference is not required to convene at the point of departure. But a walk around of both the tow vessel and the vessel being towed is required to ensure both parties understand their roles and responsibilities. 3.3 Towing plan. The Contractor must submit a written towing plan and emergency procedure for the cutter for review and approval a minimum of 48 hours prior to the scheduled Towing evolution. This plan must include two methods of tow connection: (a) Main Tow Connection and (b) Emergency Tow Connection, both of which must include all details such as connection points, and size of lines. The towing plan must also include but is not limited to the following: A statement of operating procedure and safety requirements. Communication plan. Any special precautions or actions required because of characteristics or conditions of vessel. Description of all stations to be manned and functions to be performed. 3.4 Sailing plan. The Contractor must contact the ship prior to departure and ensure they agree with the planned transit route and ensure they have a plan for emergency weather conditions. 3.5 Towing requirements. 3.5.1 Daylight towing. Upon COR approval of Towing Plan, the Contractor must ensure the tow tug arrives and departs the point of departure during daylight hours. NOTE While the vessel is required to leave the point of departure during daylight hours, towing operations may continue through the night provided operations are conducted in accordance with COMDTINST M16672.2D and all Federal, State, and local regulations. 3.5.2 Watch. The Contractor must provide continuous watch on tow connections when in operation and apply grease to applicable chocks on their vessel. 3.5.3 Weather. The Contractor must coordinate with Willow frequently prior to and during the transit to identify any hazardous weather conditions that need to be avoided. The Contractor must obtain a weather report 24 hours before departure for a period of at least 48 hours after departure over the intended route. Submit CFR. Wind speeds must not exceed 25 knots for the entire duration of towing operations. The maximum speed of the vessel must not exceed six knots at any time during towing operations. 3.5.4 Signaling. The Contractor must use light and sound signals in accordance with COMDTINST M16672.2D. 3.5.5 Personnel onboard vessel. The cutter will be fully manned while making the transit and be able to assist with hooking up any tow lines or equipment as needed on board Willow. If contractor personnel are onboard the vessel during tow operations, the Contractor must be aware of all personnel onboard, including both Coast Guard and civilian. The Contractor must have direct contact via radio with the personnel and must provide them direction as necessary if tow operations are needed. 4. NOTES NOTE 1: PLANNED DEPARTURE DATE WILL BE 24APR25 & SECONDARY DEPARTURE DATE WILL 01MAY25 BE IF CTR IS INTERESTED IN THE WORK BUT UNABLE TO MEET THESE DATES PLEASE SUBMIT A PROPOSAL WITH DATES PROVIDED TO ALLOW THE POINTS OF CONTACT BELOW TO REVIEW NOTE 2: THE CONTRACT MAY BE SUBCONTRACTED TO A QUALIFIED TOW CAPTAIN AND COMPANY AND PAY WILL BE PROVIDED TO THE PRIMARY CONTRACTOR AND THEY WILL BE REQUIRED TO PAY AND ENSURE FAIR WAGE FOR THE TOW SERVICE. IF THIS IS THE ROUTE THE CONTRACTOR IS TAKING IT SHOULD BE NOTED IN THE SUBMISSION OF THEIR PROPOSAL. Points of Contact: CWO Archibald Newland Engineer Officer USCGC WILLOW (WLB 202) 1050 Register St. North Charleston, SC 29405 Work � 843-529-0158 Email: Archibald.Newland@uscg.mil LCDR Rober M Tolliver Commanding Officer USCGC WILLOW (WLB 202) 1050 Register St North Charleston, SC. 29405 Work- 202-372-1506 Email: robert.m.tolliver2@uscg.mil Product Line Support: LTJG Christopher Lansing 443-764-4921 Christopher.g.lansing@uscg.mil **SEE ATTACHMENTS FOR SOW AS WELL
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a8547d0141f487b965d7253a1e0518a/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN07384524-F 20250327/250325230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |