SOURCES SOUGHT
J -- USCGC GEORGE COBB DD FY 26
- Notice Date
- 9/11/2025 6:37:44 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08526RIBCT250029472
- Response Due
- 10/6/2025 8:00:00 AM
- Archive Date
- 10/21/2025
- Point of Contact
- SANDRA MARTINEZ, Ou Saephanh
- E-Mail Address
-
sandra.a.martinez@uscg.mil, Ou.T.Saephanh@uscg.mil
(sandra.a.martinez@uscg.mil, Ou.T.Saephanh@uscg.mil)
- Description
- ***SEE ATTACHED FOR FULL TEXT NOTICE*** This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Alameda, CA to identify sources capable of providing the following: Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DOCKSIDE maintenance to the U.S. Coast Guard Cutter, USCGC GEORGE COBB (WLM 564). USCGC CHEYENNE (WLM 564) DOCKSIDE AVAILABILITY FY26. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees. GEOGRAPHICAL RESTRICTION: N/A PLACE OF PERFORMANCE: 1001 S. Seaside Ave. San Pedro, CA 90731 DESCRIPTION OF WORK: This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform Dockside repairs to the U.S. Coast Guard Cutter (USCGC) GEORGE COBB (WLM-564) a 175� Keeper Class Cutter Buoy Tender. This vessel�s homeport is 1001 S. Seaside Ave. San Pedro, CA 90731. All work is to be performed at the homeport. The required performance period is forty-nine (49) days. The performance period is 10 March 2026 � 28 April 2026 to accommodate Coast Guard cutter operational needs. Description: This Dockside repair will consist of approximately fifteen (15) work items, not limited to: deck machinery inspect and service, ventilation cleaning, and weathertight door renewal, and tanks clean/inspect. ITEM DESCRIPTION D-001 Fire Prevention Requirements D-002 Hydraulically Operated Cargo Hatch, Inspect and Service D-003 Ship Service Diesel Generator, SSDG, Exhaust Piping, Commercial Clean D-004 Vent Ducts, Engine And Motor Room, All, Commercial Cleaning D-005 Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning D-006 Vent Ducts, Laundry Exhaust, Commercial Cleaning D-007 Hydraulic Chain Stoppers, Inspect And Service D-008 Hydraulic Crossdeck Winches, Inspect And Service D-009 Hydraulic Inhaul Winch, Inspect And Service D-010 Mechanical Chain Stoppers, Inspect and Service D-011 Warping Capstan (Aft), Inspect and Service D-012 Single Point Davit, Disassemble and Inspect D-013 Buoy Crane, Inspect And Service D-014 Watertight Doors and Scuttles, External, Renew D-015 Tenting, Provide O-016 Deck Covering (Carpet) to Interior Wet/Dry (One-Step), Replace ANTICIPATED PERIOD OF PERFORMANCE: 17 March 2026 through 05 May 2026 (Subject to change at the discretion of the Government). If the company is unable to meet this period of performance, it is incumbent upon the company to propose an alternative forty-nine (49) calendar day period of performance. 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 POC listed in the Sam.Gov announcement with the following information/documentation: Ou Saephanh @ Ou.T.Saephanh@uscg.mil and Sandra Martinez @ Sandra.A.Martinez@uscg.mil no later than 8:00 AM Pacific Time 6 October 2025, with all of the following information/documentation: 1. Name of Company, Address and DUNS Number. 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: Please provide the following documentation as it applies to your company. 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 SDVOSB 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 VOSB 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 (WOSB) 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 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 at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (OCT 2018). SAM can be obtained by accessing the internet at https://www.sam.gov/SAM/ 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/871c8365c96a4cf9a5c2c7954fa7ce3b/view)
- Place of Performance
- Address: San Pedro, CA 90731, USA
- Zip Code: 90731
- Country: USA
- Zip Code: 90731
- Record
- SN07587989-F 20250913/250911230054 (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 |