SOLICITATION NOTICE
J -- USCGC GEORGE COBB DS FY 26
- Notice Date
- 12/23/2025 9:08:12 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
- 70Z08526QIBCT0011
- Response Due
- 1/9/2026 8:00:00 AM
- Archive Date
- 01/24/2026
- 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)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- ***********Please Download all Attachments for the Complete Solicitation************ This requirement is for a vessel that is homeported in Coast Guard District 11 California. Contract Type: This solicitation will result in the award of Fixed Firm Price Definitive Contract. 1. The Contracting Officer plans to make an award upon initial submissions. Therefore, the offer should be complete as submitted, include the offerors best price, and shall not include references to data or information previously submitted. Data previously submitted, if any, will not be incorporated ""by reference"" into the offer and will not be considered in the evaluation of the offer. 2. Request for Drawings: The last day to request drawings regarding this solicitation is 8 AM PST on 19 December 2025. After this date, further requests may not be accepted due to time constraints. To request drawings, contact Ou.T.Saephanh@uscg.mil and Sandra.a.Martinez@uscg.mil. All requests should identify the solicitation number RFQ#70Z08526QIBCT0011. Some references listed in the Specification, under ""Consolidated List of References,"" are subject to Export Control limitations or have otherwise restricted distribution and have been deemed ""limited access"" and ""export controlled"" packages. In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG. 3. Site Visit Contact: Please coordinate and contact LTJG Luke Wassei Luke.R.Wassei@uscg.mil and Ou Saephanh at Ou.t.Saephanh@uscg.mil no later than 8 AM PST on 19 December 2025. 4. Request for Clarifications: Please submit all questions using Attachment - 4 for EACH question via email only and address to Ou.T.Saephanh@uscg.mil and Sandra.a.Martinez@uscg.mil no later than 8 AM PST on 22 December 2025. The subject line of all email correspondence must state RFQ#70Z08526QIBCT0011. 5. Responses to this solicitation shall be submitted in writing via email only and addressed to Ou.T.Saephanh@uscg.mil and Sandra.a.Martinez@uscg.mil no later than 8 AM PST on 9 January 2026. Phone calls will not be accepted. The subject line of all email correspondence must state RFQ#70Z08526QIBCT0011 in the subject line. Proposals received after the deadline may not be considered. Period of Performance: 17 March 2026 � 05 MAY 2026 ANTICIPATED AWARD DATE: The anticipated date of award is on or about 17 February 2026. RFQ PREPARATION INSTRUCTIONS Quote Validity: Period for acceptance of offers shall be 90 days. These instructions prescribe the format and approach to be used in the development and presentation of proposal data. They are designed to assure the submission of information essential to the offer. The instructions permit the inclusion of data or information an Offeror deems pertinent. Offers must be prepared in accordance with these instructions, providing all required information in the format specified. Failure of an offer to show compliance with these instructions may be grounds for exclusion of the proposal from further consideration. Offerors are cautioned that the government may award upon initial therefore, initial proposals should represent the best possible effort. Any resultant contract shall include the general contract provisions and contract clauses applicable to the selected Offeror's organization and type of contract awarded. Any additional clauses required by public law, executive order, or acquisition regulations in effect at the time included. The Coast Guard reserves the right to incorporate into the resulting contract all or any portion of the Offer. The offer shall concisely describe the Offeror�s response to the requirements of the solicitation. Elaborate artwork, expensive paper or bindings, and expensive visual or other aids are not necessary or encouraged. To assure timely and equitable evaluation of the offer, the offeror shall follow the instructions contained herein. The offer shall be complete, self-sufficient, and respond directly to the requirements of this solicitation. Complete blocks 12, 17a, and 30a, b, and c of the SF1449. In doing so, the offeror accedes to the contract terms and conditions as written in the SOLICITATION, with attachments. The SOLICITATION constitutes the model contract. Return and sign any SF30 amendments that were issued. Provide proof of enrollment in E-verify per clause FAR 52.222-54 � Employment Eligibility Verification. Complete the necessary fill-ins and certifications in provisions and return with proposal. Welding Certifications and Qualifications. This solicitation may contain welding line items. As a matter of responsibility, the offeror�s proposal shall provide the necessary welding certifications and qualifications as required by the specification for the applicable work item(s), Standard Specification 0740_STD. Subsequent to contract award, the Government will require the Contractor to submit applicable certifications and qualifications to the COR for any welding to be performed on any proposed change request. All pages containing text shall be typewritten or printed on 8 � x 11 inch paper, with at least single spacing. Margins on all four edges of each page will be at least one inch. A page printed on both sides shall be counted as two pages. Offers shall not be supplemented by a package or reference or reference documents. Pages exceeding the limitations will be removed from the offer by the Contracting Officer and returned to the Offeror to ensure that they are not evaluated. Other deviations from the instructions will be reviewed by the Contracting Officer to ensure that no Offeror receives a competitive advantage. Deviations resulting in a competitive advantage for an Offeror will result in the proposal being returned to the Offeror as noncompliant with the RFQ requirements. All pages in the proposal shall be numbered and identified with the offeror�s name (USCGC GEORGE COBB DS FY 26, Drydock Repairs FY26, RFQ number, and date of offer). A table of contents should be provided with figures and tables listed separately where necessary. (These pages are excluded from the page count.) Subsequent revisions should be similarly identified to show revision number and date. REQUIREMENTS FOR QUOTE CONTENT The response shall consist of three (3) separate parts; Part I, � Price Quote; Part II, � Technical Capability; and PART III, - Past Performance Information. Specific Instructions: Send each Part in a separate email labeled as follows: RFQ number# Part I, � Price from [insert Company Name], RFQ number; Part II, � Technical Capability [insert Company Name], and RFQ number Part III, � Past Performance Information [insert Company Name]. Part II, � Technical Capability, is limited to one Gantt chart comprised of up to ten standard 8 1/2"" by 11"" pages submitted in Times New Roman 12-point Font. Part III, - Past Performance Information, is limited to three standard 81/2� by 11�� pages submitted in Times New Roman 12-point Font. Send in a word� file (.doc) using the Attachment 5 form. Page limitation does not apply to submitted Contractor Assessment Reporting System (CPARS) reports which have been completed in the database. The vendor can submit information on the Attachment 5 form or may submit the completed CPARS report for those records/references located in the CPARS database. PART I, � PRICE Completely fill-out the ATTACHMENT 1, Price Schedules in excel� (.xlsx). Insert proposed unit and extended prices in the Price Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. The provided extended pricing for each CLIN shall be added together to derive the overall contract total evaluated price. You may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 2. PART II, � TECHNICAL CAPABILITY As stated in Attachment 2 - USCGC GEORGE COBB DS FY26 - SPECIFICATION, a technically compliant vendor must submit: a. List of Subcontractors, work items involved, and work site addresses. b. Qualifications for Skilled Traders including, but not limited to welders, electrician, HVAC, NACE Inspectors with name, type of qualifications, and date of last qualification test for work items in the USCGC GEORGE COBB DS FY26 - SPECIFICATION that requires the particular Skilled Traders. c. Written description of Property Control System for GFP, if applicable. d. List of NFPA certified Chemists, if applicable. e. Designation of Competent Person. f. List of Qualified Sil-brazers, if applicable. g. Valid Dry-Dock Certifications that covers the entire Period of Performance. h. Certificate of Liability Insurance. i. Provide Manufacturer Technical Representatives for Work Items in Attachment 2 � USCGC GEORGE COBB DS FY26 � SPECIFICATION. PART III, � PAST PERFORMANCE INFORMATION The offeror must submit no more than three (3) references performed within the last three years, relevant, similar in nature, scope, and complexity of the work items shown in the Specifications. CPARS references should have been completed within the last three (3) years. The government may take into consideration other CPARS information within CPARS. The vendor shall submit past performance information on the Attachment 3 form for any projects that were not reported in CPARS, and may submit either the Attachment 5 form or the completed CPARS report for those records/references located in the CPARS database.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/73bb9a671bfc42aeac841ef8c3ed7618/view)
- Place of Performance
- Address: San Pedro, CA 90731, USA
- Zip Code: 90731
- Country: USA
- Zip Code: 90731
- Record
- SN07673609-F 20251225/251223230032 (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 |