Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2025 SAM #8755
SOLICITATION NOTICE

J -- USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26

Notice Date
11/13/2025 8:46:43 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
70Z08526QIBCT0002
 
Response Due
12/10/2025 8:00:00 AM
 
Archive Date
12/25/2025
 
Point of Contact
Jerrod Gonzales, Phone: 5104375416, SANDRA MARTINEZ
 
E-Mail Address
jerrod.a.gonzales@uscg.mil, sandra.a.martinez@uscg.mil
(jerrod.a.gonzales@uscg.mil, sandra.a.martinez@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 dated 01 October 2025. This requirement is being solicited on an unrestricted basis using FAR Part 12 Acquisition of Commercial Items, and FAR 13.5 Simplified Procedures for Certain Commercial Items. The NAICS Code is 336611 - Ship Repair with a small business size standard of 1,300 employees. The solicitation number is 70Z08526QIBCT0002. Schedule of Supplies/Services: See Attachment 1 � Work Items Description of Work: The Contractor shall furnish all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform various drydock repairs of the COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 dated 01 October 2025. This requirement is being solicited on an unrestricted basis using FAR Part 12 Acquisition of Commercial Items, and FAR 13.5 Simplified Procedures for Certain Commercial Items. The NAICS Code is 336611 - Ship Repair with a small business size standard of 1,300 employees. The solicitation number is 70Z08526QIBCT0002. Schedule of Supplies/Services: See Attachment 1 � Work Items Description of Work: The Contractor shall furnish all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform various drydock repairs of the USCGC MALLET (WLIC 75304) all in exact accordance with this solicitation and the attached specification (attachment 2). Scope of services shall include ship repair and associated support work and may include work that is not currently listed as Definite Items. Contract Type: This solicitation is a request for quotes (RFQ) that will result in the award of a Single Award Firm-Fixed Price Contract solicited under FAR PART 12 and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items, subject to availability of funds. Contract Period of Performance: The performance period for this requirement starts on or about 27 January 2026 and with a projected end date on or about 07 April 2026. Cutter's Homeport: 1201 E. Navigation Blvd. Corpus Christi, TX 78402 1. This requirement will be competed as 100% Small Business Set-aside. Award from this solicitation will be made to the responsible offeror whose proposal conforms to all the submission requirements outlined in the instructions to offerors and is determined to provide the best value to the Government, which will evaluate the price and non?cost factors. Technical and past performance factors when combined, are more importance than price. However, pricing can be a factor. a. All offerors shall provide a written statement that all repair work done in accordance with the terms, conditions, and attachments to this solicitation are under a minimum of a 60-day warranty. Failure to provide a warranty statement may result in the proposal not being considered for award. b. All offerors shall fully comply with terms and conditions of the RFQ and address all solicitation requirements to be eligible for award. The solicitation document must be completed in its entirety in order to be compliant with the full solicitation. Offerors that take exception to any term or condition of this RFQ, propose any additional term or condition, or omit any required information may not be considered for award. 2. Completing the RFQ: Please ensure the following information/sections are completed in their entirety: a. Page 1 blocks 17a, 26 (TOTAL OFFER AMOUNT), 30a, 30b and 30c. b. Complete all clauses requiring vendor certifications or information. c. CLIN prices shall be in U.S. Dollars (inclusive of all costs, applicable taxes, and all relevant charges) d. Provide required certifications and documents, per paragraph 3 (below) e. Written statement of 60-day warranty Please read the RFQ and all attachments in their entirety. 3. Technical Requirements As stated in the Work Specification Document, a technically compliant vendor must submit: a. List of Subcontractors, work items involved, and work site addresses b. Welders Qualifications, including welder's name, type of qualifications, and date of last qualification test c. Written description of Property Control System for GFP d. List of NFPA certified Chemists e. Designation of Competent Person f. List of Qualified Sil-brazers G. Insurance 4. Past performance a. All offerors must provide two (2) instances of relevant past performance performed within the last three (3) years. This information shall include, but is not limited to: i. Contract Number, Date of Contract Award, and Period of Performance ii. Contact Information for Customer iii. Contract Description iv. Relevant Information 5. To be considered complete, an offer must adhere to the proposal requirements as well as paragraphs 2 and 3, above. A complete offer shall include a detailed description of the vendor's understanding and plan for compliance with the Specification for dockside repairs. 6. The Contracting Officer plans to make an award without discussions. 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. 7. Clarifications/Questions regarding any aspect of this procurement shall be submitted in writing per ATTACHMENT 4 via email only and addressed to jerrod.a.gonzales@uscg.mil and sandra.a.martinez@uscg.mil no later than 12 PM EST on Nov 25, 2025. Phone calls will not be accepted. The subject line of all email correspondence must state RFQ#70Z08526QIBCT0002 QUESTIONS in the subject line. All questions and responses will be posted via email and on SAM.gov for all potential offerors to review. Any revision to the RFQ as a result of questions and answers will be issued as an amendment to the solicitation. Questions received after this deadline may not be considered. 8. Request for Drawings: The last day to request drawings regarding this solicitation is 12 PM EST on November 21, 2025. After this date, further requests may not be accepted due to time constraints. To request drawings, contact jerrod.a.gonzales@uscg.mil and sandra.a.martinez@uscg.mil. All requests should identify the solicitation number RFQ#70Z08526QIBCT0002. 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. 9. Responses to this solicitation shall be submitted in writing via email only and addressed to jerrod.a.gonzales@uscg.mil and sandra.a.martinez@uscg.mil no later than 8 AM EST on Dec 10, 2025. Phone calls will not be accepted. The subject line of all email correspondence must state RFQ#70Z08526QIBCT0002 in the subject line. Proposals received after the deadline may not be considered. ANTICIPATED AWARD DATE: The anticipated date of award is on or about December 19, 2025.all in exact accordance with this solicitation and the attached specification (attachment 2). Scope of services shall include ship repair and associated support work and may include work that is not currently listed as Definite Items. Contract Type: This solicitation is a request for quotes (RFQ) that will result in the award of a Single Award Firm-Fixed Price Contract solicited under FAR PART 12 and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items, subject to availability of funds. Contract Period of Performance: The performance period for this requirement starts on or about 27 January 2026 and with a projected end date on or about 07 April 2026. Cutter's Homeport: 1201 E. Navigation Blvd. Corpus Christi, TX 78402
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a206eec4e06b48eaae3f34b6c191e67f/view)
 
Record
SN07640863-F 20251115/251113230039 (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.