Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2025 SAM #8651
SOURCES SOUGHT

J -- USCGC CHEYENNE DD DRYDOCK FY 26

Notice Date
8/1/2025 9:57:17 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08526RIBCT250020570
 
Response Due
9/1/2025 8:00:00 AM
 
Archive Date
09/16/2025
 
Point of Contact
Ou Saephanh, SANDRA MARTINEZ
 
E-Mail Address
Ou.T.Saephanh@uscg.mil, sandra.a.martinez@uscg.mil
(Ou.T.Saephanh@uscg.mil, sandra.a.martinez@uscg.mil)
 
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. 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 CHEYENNE (WLR 75405) AND USCG BARGE (99004) a 75� inland river tender. USCGC CHEYENNE (WLR-75405) DRYDOCK AVAILABILITY FY26. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees. GEOGRAPHICAL RESTRICTION: N/A 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) CHEYENNE (WLR-75405) AND BARGE (99004), a 75� Inland river Tender. This vessel�s homeport is 503 Hall Street ST. Louis, MO 42050. All work is to be performed at the Contractor�s facility. The required performance period is 69 days. The performance period is 10 March 2026 � 28 April 2026 to accommodate Coast Guard cutter operational needs. Description: This Dry Dock will consist of approximately sixty-nine (69) work items, not limited to: hull plating ultrasonic testing, underwater body preserve, propeller removal and inspect, propulsion shaft remove, inspect and reinstall, rudders remove, inspect, reinstall and preserve, construction deck 100% preserve, tanks clean and inspect, and boat davit inspect. ITEM DESCRIPTION D-001 Fire Prevention Requirements �TYPE� D-002 Hull Plating, U/W Body, Inspect - Tender D-003 Hull Plating, U/W Body, Ultrasonic Testing - Tender D-004 Hull Plating, Freeboard, Ultrasonic Testing - Tender D-005 U/W Body, Preserve, 100 percent - Tender D-006 Hull Plating Freeboard, Preserve, 100 Percent - Tender D-007 Propulsion Shaft Rope Guards, Inspect D-008 Voids, Non-Accessible, Leak Test - Tender O-009 Voids, Non-Accessible, Internal Surfaces, Preserve D-010 Tanks, MP Fuel Service, Clean and Inspect - Tender D-011 Propulsion Shafting, Strain Gage Alignment, Inspect O-012 Propulsion Shafting, Straighten D-013 Propulsion Shaft Seals, Mechanical Clean and Inspect D-014 Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renew D-015 Propulsion Shaft Bearings (External), Renew D-016 Stern Tube Interior Surfaces, Preserve, 100 Percent D-017 Propeller s, Clean And Inspect D-018 Propeller, Perform Minor Repairs and Reconditioning D-019 Propellers, Remove, Inspect, and Reinstall D-020 Keel Coolers, Clean, Inspect and Hydro D-021 Fathometer Transducer, General Maintenance D-022 Sea Valves and Waster Pieces, Overhaul Or Renew D-023 Sea Strainers, All Sizes, Renew D-024 Point of Use Potable Water Filters, Install D-025 Rudder Assembly, Remove, Inspect And Reinstall D-026 Rudders, Preserve, 100 Percent D-027 Rudder Stock Bearings Clearances, Check O-028 Spuds, Overhaul - Tender D-029 Spud Wells, Preserve - Tender D-030 Spud Wells, Inspect - Tender D-031 Sewage Holding Tanks, Clean and Inspect - Tender O-032 Tanks (Sewage Holding), Preserve, Partial - Tender O-033 Tanks, MP Fuel Service, Preserve, Partial - Tender O-034 Tanks, Potable Water Preserve, 100 Percent - Tender D-035 Decks - Exterior, Preserve, Non-Skid Broadcast Grit System - Tender D-036 Cathodic Protection, Magnesium Anodes, Renew, - Tender D-037 Drydock - Tender D-038 Temporary Services, Provide - Tender D-039 Sea Trial Performance, Support, Provide D-040 Hull Plating, U/W Body, Inspect - Barge D-041 Hull Plating, U/W Body, Ultrasonic Testing - Barge D-042 Hull Plating, Freeboard, Ultrasonic Testing - Barge D-043 Appendages, U/W, Leak Test - Barge O-044 Appendages, U/W, Internal, Preserve - Barge D-045 Tanks, MP Fuel Service, Clean and Inspect - Barge D-046 Tanks, Potable Water, Clean and Inspect - Barge D-047 Tanks, Ballast, Clean and Inspect - Barge D-048 Voids, Accessible, Clean and Inspect - Barge D-049 Keel Coolers, Clean, Inspect and Hydro - Barge O-050 Tanks, Fuel, Preserve, Partial - Barge O-051 Tanks, Potable Water, Preserve, Partial - Barge O-052 Accessible Voids, Preserve, Partial - Barge D-053 U/W Body, Preserve, 100 percent - Barge D-054 Hull Plating Freeboard, Preserve, 100 Percent - Barge D-055 Sea Trial Performance, Support, Provide - Barge D-056 Sea Strainers, Duplex, All Sizes, Overhaul - Barge D-057 Barge D-058 Decks � Exterior (Buoy or Construction Deck), Preserve 100% D-059 Hull Plating Freeboard (Buoy Port Areas), Preserve D-060 Boat Davit Winch, Shrink Wrap D-061 Buoy and Cargo Handling Crane, Shrink Wrap D-062 Deck Covering, Interior, Wet and Dry, Renew D-063 Deck Covering, Wet/ Dry, Seal D-064 Tanks, Ballast, Preserve, Partial - Barge D-065 Bridge Equipment Emergency Power System, Install D-066 Fathometer Transducer, General Maintenance-Barge D-067 Drydock - Barge D-068 Spuds Overhaul- Barge D-069 Spud Wells Preserve-Barge ANTICIPATED PERIOD OF PERFORMANCE: 10 March 2026 through 28 April 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 69 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.mil and Sandra Martinez @ Sandra.A.Martinez@uscg.mil no later than 8:00 AM Pacific Time 01 September 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 (OCT 2018). 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a853c8679feb4cde938650687cad61e5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07533980-F 20250803/250801230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.