Loading...
70Z08526QIBCT0026-Juniper
Response Deadline
Apr 14, 2026, 12:00 AM(PDT)4 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
04/01/26 - Please see A0001 for all Request for Clarification info.
04/01/26- Please see updated SPEC and SoSS for Juniper DD FY26
04/10/26 - Please see A0002 for updated infomation.
All other terms and conditions remain in full force and effect
--------------------------------------------------------------------------------------------------
COMBINED SYNOPSIS/ SOLICITATION
The solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAR Class Deviation (Number 25-21) for FAR Part 12 in Support of Executive Order on Restoring Common Sense to Federal Procurement.
This requirement is being solicited as a total small business set aside using FAR Part 12 Acquisition of Commercial Items. The NAICS Code is 336611 – Ship Repair with a small business size standard of 1,300 employees. The solicitation number is 70Z08526QIBCT0026.
CONTRACT TYPE: This solicitation is a request for quotes (RFQ) that will result in the award of a
Indefinite Delivery Requirement Contract (IDR) solicited under FAR PART 12, subject to availability of funds. Under this contract, the Coast Guard will issue task orders to the contractor. Orders may be issued by mail, e-mail, facsimile, and orally (followed up in writing).
SCHEDULE OF SUPPLIES/SERVICES: Continuation of SF1449, See Attachment 1.
CONTRACT PERIOD OF PERFORMANCE: The performance period for this requirement starts on or about April 28, 2026, and with a projected end date on or about August 26, 2026.
PLACE OF PERFORMANCE: The place of performance shall be the Contractors Facility.
CUTTER’s Home Port: 400 Sand Island Parkway. Honolulu, HI 96819.
REQUIRED DOCUMENTS:
Each offeror shall furnish the information required by the solicitation,
which includes:
1. Cover letter with quoter’s address, DUNS and other information
completed.
2. Amendments, as applicable
3. Attachment 1- Section B Schedule of Supplies/ Services filled out
with a cost associated with each CLIN, to include option labor
hours. The attached excel spreadsheet should be filled out with
prices and returned with the vendor’s quote.
4. Attachment 3 - Past Performance Documentation
5. Small Business Self Certification for applicable set-aside (i.e.
HUBZone)
6. Welding Certifications and Procedures
7. Proof of Insurance (Statement of Coverage from current
Insurance carrier)
8. List the names of ALL Subcontractors that your company intends
to subcontract for the CLIN Item(s) listed in the Schedule of
Supplies/Services.
9. If applicable, ALL Technical Representative Certifications for
BOTH prime and subcontractors as specified in the specification.
10. Completed FAR 52.212-3 Offeror Representations and
Certifications-- Commercial Items.
11. Dry Dock Certifications
Catherine Chan
SANDRA MARTINEZ
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
SFLC PROCUREMENT BRANCH 2(00085)
SFLC PROCUREMENT BRANCH 2(00085)
COAST GUARD ISLAND, BLDG 50-7
ALAMEDA, CA, 94501
NAICS
Ship Building and Repairing
PSC
NON-NUCLEAR SHIP REPAIR (WEST)
Set-Aside
Total Small Business Set-Aside (FAR 19.5)