Loading...
52000QR260024470
Response Deadline
Apr 30, 2026, 2:00 PM(EDT)Tomorrow
Eligibility
Contract Type
Combined Synopsis/Solicitation
52000QR260024470 USCGC THETIS CRANE OPSThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260024470 USCGC THETIS CRANE OPS
This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 336611 - Ship Building and Repairing. This is total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.
THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:
The contractor shall 52000QR260024470 USCGC THETIS CRANE OPS
MK75 GUN MOUNT REMOVAL AND INSTALLATION #PR 52000PR260024470
1. SCOPE
1.1 Intent. This work item describes the requirements for the contractor to provide mobile crane services for the removal and installation of Coast Guard / NAVY equipment from CGC THETIS (WMEC-910) at, CG SECTOR Key West, FL pier D1 as requested and directed by on-scene Coast Guard personnel.
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), 2014, General Requirements
Other References
None
3. REQUIREMENTS
3.1 General. Contractor must be able to safely and securely setup in front of (bow) a 270 foot Medium Endurance Coast Guard Cutter (WMEC-910/ CGC THETIS) located at Sector Key West, FL and be able to lift ~ 35000 lbs across the beam of the ship from delivery truck located on the pier ~28 feet above water line to center line of ship and back again, and provide crane and rigging services to onboard Coast Guard personnel.
REACH REQUIREMENTS:
The contractor shall be on scene and ready to commence work at 0800 based on the following 2 day schedule:
07May26 - Thursday: (0800-1600) 8 hours
12May26 - Tuesday: (0800-1600) 8 hours
The requirements are to arrive on time daily and to set up where directed pier side of CGC THETIS (WMEC-910) at Sector Key West, BERTH (D1).
The highest loads are from the ship’s 03 deck, requiring the lifting of the ship’s fire control radar (behind the pilot house) and to lowered to the pier.
3.1.1 CIR.
None.
3.1.2 Tech Rep.
Not applicable.
3.1.3 Protective measures. The contractor shall furnish and utilize all personal protective equipment for contract workers in the vicinity of crane operations. The contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness.
3.1.4 Interferences. The contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences).
3.2 Clean and inspect.
Not applicable.
3.3.1 Wipe up all excess grease.
4. NOTES
NOTE
Coast Guard personnel will operate all shipboard machinery and equipment.
Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.
As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:
Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.
Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation in conjunction with attached statement of work that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:
(1) Cost Breakdown
(2) Unit Cost
(3) Extended Price
(4) Total Price
(5) Payment Terms
(6) Discount offered for prompt payment
(7) Company Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than 30 April, 2026 at 10 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Miller, Joshua N PO2 USCG SFLC (USA) and Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil and Joshua.N.Miller@uscg.mil .
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, Miller, Joshua N PO2 USCG SFLC (USA)and Ford, T S PO1 USCG SFLC (USA) at email address Joshua.N.Miller@uscg.mil and Timothy.S.Ford@uscg.mil.
The following FAR Clauses and Provisions apply to this acquisition:
The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:
NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.
*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).
Timothy ford
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
SFLC PROCUREMENT BRANCH 1(00080)
SFLC PROCUREMENT BRANCH 1(00080)
300 EAST MAIN ST, STE 950, VESS DIV
NORFOLK, VA, 23510
NAICS
Ship Building and Repairing
PSC
WINCHES, HOISTS, CRANES, AND DERRICKS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)