Loading...
52000QR260024846
Response Deadline
May 15, 2026, 1:00 PM(EDT)4 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
52000QR260024846 USCGC JOHN PATTERSON HULL CLEANING
This 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 52000QR260024846 USCGC JOHN PATTERSON HULL CLEANING
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:
52000QR260024846 USCGC JOHN PATTERSON HULL CLEANING
U/W Body (Waterborne), Clean and Inspect, Renew Zinc Anodes 1. Scope 1.1 Intent. This work item describes the requirements for the Contractor to clean the vessel’s U/W body and to renew bolt-on zinc anodes, while the vessel is moored pier side. 1.2 Cutter, Address, Availability, and POC. USCGC JOHN PATTERSON, 427 Commercial Street Boston, MA. 02109. Period of Performance (POP): 1-5 June, 2026. Cutter POC: EMC Donald Crowell, Cell #: (774) 836-6785, Donald.c.crowell@uscg.mil 1.3 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N Anode, stern tube P/N: Z0020202H3 NIIN: 016445483 28 ea. $11.15 N Nut, Self-Locking P/N: 90715A145 NIIN: 015085774 2 Bx *24 in a bx $7.24 N Anode, Sea Chest Grate P/N: GA-4 NIIN: 016476179 4 ea. $21.93 N Screw, Prop zinc plate P/N: 950756 NIIN: 016340210 8 ea. $9.42 N Screw, Sea Chest Grate Anode, P/N: 93190A634 NIIN: 016197182 4 ea. $9.70 N Screw Cap, Stern Tube Covers P/N: 90585A626 NIIN: 016161107 42 ea. $1.81 N Zinc plate, propeller P/N: 950733 NIIN: 016278941 2 ea. $618.85 N Anode, Bow Thruster, Gear Case, Bolt On P/N: 1081226 NIIN: 123561870 1 ea. $64.97 N Anode, Bow Thruster, Tunnel, Bolt On P/N: CM2000Z NIIN: 200126334 12 ea. $29.46 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 154B WPC 111-301, Rev A, Shell Expansion Coast Guard Drawing 154B WPC 161-301, Rev -, Skegs and Stern Tubes Support Structures Coast Guard Drawing 154B WPC 562-201, Rev -, Rudder Details Coast Guard Drawing 154 WPC 565-201, Rev -, Fin Stabilizer System A & D Coast Guard Drawing 154B WPC 568-201, Rev B, Bow Thruster System A & D Coast Guard Drawing 154 WPC 997-302, Rev -, Docking Plan COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Surface Forces Logistics Center Maintenance Procedure Card B10015.D (MPC B10015.D), 10/31/24, Insp/Cln U/W Equipment (Hull Plate) Surface Forces Logistics Center Maintenance Procedure Card B10018.D (MPC B10018.D), 5/31/23, Replace Underwater Zinc Anodes OTHER REFERENCES None 3. REQUIREMENTS 3.1 General. 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 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 must 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 must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). 3.2 Requirements. The Contractor must: 3.2.1 Video recording. Submit video highlights of underwater body surfaces (e.g. bow thruster, propellers, rudders, transducers, heavily fouled hull areas, etc.) before and after cleaning. 3.2.2 Clean/inspect. Clean the U/W body surfaces free of all marine growth, debris, and all other surface contaminants in accordance with MPC B10015.D. Remove and replace sea chest grating if necessary to access/clean sea chest suction. Ensure all transducer surfaces are cleaned with only hand held brushes, without the use of power attachments. Ensure that existing u/w body coating system or non-coated surfaces do not incur any damage during cleaning process. Polish propellers. Refer to Coast Guard drawings listed in Section 2. 3.2.3 Renew anodes. Renew Government-furnished components listed below paragraph 1.2. in accordance with MPC B10018.D. Anodes may require slight modification to ensure proper fit (ie., trimming metal tabs, drilling tab bolt holes). 4. NOTES This section is not applicable to this work item
All contractor personnel requiring access to the place of performance in order to perform work under this contract must possess a valid-state issued REAL ID-compliant driver’s license or identification card, or an acceptable alternative form of identification as defined by the Department of Homeland Security (DHS) [https://www.dhs.gov/real-id]. It is the contractor’s responsibility to ensure that all personnel are properly credentialed to gain base access. Failure to comply with access requirements may result in delays to performance and will not constitute an excusable delay.
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 15 MAY , 2026 at 09 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
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)