Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2025 SAM #8689
SOURCES SOUGHT

J -- USCGC ALERT Drydock Repairs FY2026

Notice Date
9/8/2025 10:24:44 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08025SALERTFY26
 
Response Due
9/23/2025 1:00:00 PM
 
Archive Date
10/08/2025
 
Point of Contact
Kimberly Burtwell, Phone: 5716083189, Kaity George, Phone: 5716076763
 
E-Mail Address
kimberly.y.burtwell@uscg.mil, Kaity.George@uscg.mil
(kimberly.y.burtwell@uscg.mil, Kaity.George@uscg.mil)
 
Description
SOURCES SOUGHT NOTICE USCGC ALERT (WMEC 630) DRYDOCK AVAILABILITY FY2026 This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, Norfolk, VA to identify sources capable of providing the following: DRYDOCK REPAIRS SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRYDOCK repairs to the U.S. Coast Guard Cutter (USCGC) ALERT (WMEC 630), a 210-foot Medium Endurance Cutter. The vessel is home ported in Cape Canaveral, Florida. All work will be performed at the vendor�s facility. SCOPE OF WORK: The scope of the acquisition is for the DRYDOCK repairs of the USCGC ALERT (WMEC 630). This work will include, but is not limited to the following Work Items: WORK ITEM 1: Hull Plating, U/W Body, Ultrasonic Testing WORK ITEM 2: U/W Body, Preserve, 100 percent WORK ITEM 3: Hull Plating Freeboard, Preserve, Partial WORK ITEM 4: Appendages (U/W), Preserve (Internal) and Leak Test WORK ITEM 5: Propulsion Shaft Fairwaters And Rope Guards, Inspect WORK ITEM 6: Voids (Non-Accessible), Preserve (Internal) and Leak Test WORK ITEM 7: Propulsion Shafting, Strain Gauge Alignment, Drydock, Check WORK ITEM 8: Propulsion Shafting; Remove, Inspect, and Reinstall WORK ITEM 9: Propulsion Intermediate Shafts; Remove, Inspect, and Reinstall WORK ITEM 10: Propulsion Shaft Coating, Renew (Optional) WORK ITEM 11: Propulsion Shafting, Straighten (Optional) WORK ITEM 12: Propeller Shaft Sleeves, Renew WORK ITEM 13: Propulsion Shafting, Optical or Laser Alignment Check (Optional) WORK ITEM 14: Propulsion Shaft Seal (Mechanical And Inflatable) Assemblies, Inspect And Repair Or Renew WORK ITEM 15: Propulsion Shaft Bearings, External, Renew WORK ITEM 16: Stern Tube Interior Surfaces, Preserve, 100 Percent (Optional) WORK ITEM 17: Controllable Pitch Propellers, Clean and Inspect WORK ITEM 18: Controllable Pitch Propeller (CPP) System, Inspect and Service WORK ITEM 19: Fathometer Transducer, Renew WORK ITEM 20: Doppler Speed Log Transducer, Clean and Inspect WORK ITEM 21: Sea Valves and Waster Pieces, Overhaul or Renew WORK ITEM 22: Sea Strainers, Duplex, All Sizes, Overhaul WORK ITEM 23: Rudder Assembly, Remove, Inspect And Reinstall WORK ITEM 24: Superstructure, Preserve, Partial WORK ITEM 25: Cathodic Protection, Zinc Anodes, Renew WORK ITEM 26: Drydock WORK ITEM 27: Temporary Services, Provide - Cutter WORK ITEM 28: Main Reduction Gear (MRG) Ancillary Components, Renew WORK ITEM 29: Amory Bilge, Preserve WORK ITEM 30: 02 Deck Plating, Renew WORK ITEM 31: Port Air Conditioning Raw Water Piping, Renewal WORK ITEM 32: Reefer Raw Water Piping, Renew WORK ITEM 33: Starboard Boat Deck Bulkhead Plating, Renewal WORK ITEM 34: Main Drainage Piping, Renew WORK ITEM 35: Hull and Structural Plating, Renew WORK ITEM 36: Controllable Pitch Propeller (CPP) Hub, Renew (Optional) WORK ITEM 37: Controllable Pitch Propeller (CPP) Hub, Inspect (Optional) WORK ITEM 38: Accessible Void(s), Preserve, Partial ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for 69 calendar days, with a start date of 16 February 2026, and an end date no later than 26 April 2026 (subject to change at the discretion of the Government). ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees. SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Kimberly.y.burtwell@uscg.mil, no later than 4:00 pm on Tuesday, September 23, 2025, Eastern Standard Time (EST) with the following information/documentation: 1. Name of Company, Address and Unique Entity ID. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611. d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are �economically disadvantaged�, and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million. f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a combined synopsis/solicitation may be published on the Government Point of Entry (SAM.gov). It is the potential offeror's responsibility to monitor SAM.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b47ce78d2c5544ab9639d59e347b4b0b/view)
 
Record
SN07582462-F 20250910/250908230047 (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.