Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2025 SAM #8788
SOURCES SOUGHT

J -- USCGC MOWAWK Dockside FY26

Notice Date
12/16/2025 8:02:59 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08026SMOHAWKDS26
 
Response Due
1/2/2026 1:00:00 PM
 
Archive Date
01/17/2026
 
Point of Contact
Kimberly Burtwell, Phone: 5716083189, Kaity George, Phone: 5716076763
 
E-Mail Address
kimberly.y.burtwell@uscg.mil, Kaity.George@uscg.mil
(kimberly.y.burtwell@uscg.mil, Kaity.George@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE USCGC MOHAWK (WMEC-913) DOCKSIDE AVAILABILITY FY2026 This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Norfolk, VA to identify sources capable of providing the following: DOCKSIDE REPAIRS SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DOCKSIDE repairs to the U.S. Coast Guard Cutter (USCGC) MOHAWK (WMEC-913), a 270-foot Medium Endurance Cutter. The vessel is home ported in Key West, Florida. All work will be performed at the cutters homeport. SCOPE OF WORK: The scope of the acquisition is for the DOCKSIDE repairs of the USCGC MOHAWK (WMEC-913). This work will include, but is not limited to the following Work Items: WORK ITEM 1: Tanks, Aviation Fuel Service, Clean And Inspect WORK ITEM 2: Tanks (Aviation Fuel Stowage And Overflow), Clean And Inspect WORK ITEM 3: Chain Lockers, Clean and Inspect WORK ITEM 4: Tanks, MP Fuel Stowage and Overflow, Clean and Inspect WORK ITEM 5: Tanks, MP Fuel Service, Clean and Inspect WORK ITEM 6: Tanks, Hydraulic Oil Stowage and Service, Clean and Inspect WORK ITEM 7: Tanks, Potable Water, Clean and Inspect WORK ITEM 8: Tanks, Lube Oil, Clean and Inspect WORK ITEM 9: Tanks, Ballast, Clean and Inspect WORK ITEM 10: Voids, Accessible, Clean and Inspect WORK ITEM 11: Tanks, Dirty Oil and Waste, Clean and Inspect WORK ITEM 12: Propulsion Shafting, Strain Gauge Alignment, Dockside, Check WORK ITEM 13: Circuit Breakers (400 HZ), Inspect and Test WORK ITEM 14: Vent Ducts, Engine Room, Commercial Cleaning WORK ITEM 15: Vent Ducts, Galley, Commercial Cleaning WORK ITEM 16: Commissary Hoist, Inspect and Service WORK ITEM 17: Anchor Chains and Ground Tackle, Inspect and Repair WORK ITEM 18: Anchor Windlass, Overhaul WORK ITEM 19: Towing Bitts, Chocks, and Fairleads; Inspect and Test WORK ITEM 20: Warping Capstan, Overhaul WORK ITEM 21: Engine Room Fan Controllers, Renew WORK ITEM 22: Tanks, Aviation Fuel Storage, Preserve, Partial � OPTION ITEM WORK ITEM 23: Tanks, Dirty Oil and Waste, Preserve, Partial � OPTION ITEM WORK ITEM 24: Chain Lockers, Preserve, Partial � OPTION ITEM WORK ITEM 25: Deck Plating (Pilot House), Renew WORK ITEM 26: Vent Ducts Clean and Insulation, Renew WORK ITEM 27: Sea Water System Valves, Renew ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for 55 calendar days with a start date of August 10, 2026, and an end date of October 4, 2026. (Subject to change at the discretion of the Government) ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees. 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 Kimberly.y.burtwell@uscg.mil no later than 4:00 pm on Friday, January 2, 2026, Eastern Standard Time (EST) with the following information/documentation: 1. Name of Company, Address and Unique Entity ID. 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: 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 SDVOSBC 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 VOSBC 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 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 on how your company will do the work and 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 in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov 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. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a combined synopsis/solicitation may be published on the Government Point of Entry (SAM.gov). It is the potential offeror's responsibility to monitor SAM.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/391a26a9416f41ffbb2878f4b7140dcb/view)
 
Place of Performance
Address: Key West, FL 33040, USA
Zip Code: 33040
Country: USA
 
Record
SN07668091-F 20251218/251216230041 (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.