Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2025 SAM #8726
SOURCES SOUGHT

J -- BERTHOLF DS FQ3 FY26

Notice Date
10/15/2025 7:21:44 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
BERTHOLF_DSFQ3_FY26
 
Response Due
10/30/2025 11:00:00 AM
 
Archive Date
11/14/2025
 
Point of Contact
Adrian Rubio, Phone: 657-944-8163
 
E-Mail Address
Adrian.J.Rubio@uscg.mil
(Adrian.J.Rubio@uscg.mil)
 
Description
The United States Coast Guard (USCG) Surface Forces Logistics Center � Contracting & Procurement Division (SFLC-CPD) Branch #2 Long Range Enforcer (LRE) section is conducting market research in order to identify firms who possess the capabilities to satisfy the USCG�s requirement. The requirement is for the United States Coast Guard (USCG) BERTHOLF (WMSL 752) Dockside repairs during fiscal year (FY) 26 fiscal quarter (FQ)1. NAICS Code 336611 � Ship Build and Repairing The Place of Performance is the USCGC BERTHOLF�s homeport located in Alameda, CA. Anticipated Period of Performance for this requirement is 21 April 2026 through 12 June 2026. The Contractor shall furnish all necessary labor, materials, services, equipment, supplies, power, accessories, facilities and such other things as necessary, except as otherwise specified, to perform dockside, repairs and alterations to the USCGC BERTHOLF in accordance with the solicitation, schedule and specifications. WORK ITEMS include (but not limited to): WORK ITEM 1: Folding Boom Cranes, Biennial Maintenance, Perform WORK ITEM 2: HVAC System (Port Aft Capstan), Modify WORK ITEM 3: Main Reduction Gear and Cross Connect Gear, Vent Lines Install WORK ITEM 4: Countermeasure Washdown Sprinkler Nozzle, Repair WORK ITEM 5: Decks, Preserve WORK ITEM 6: Temporary Services, Dockside WORK ITEM 7: Sewage Piping, Clean and Flush WORK ITEM 8: Tanks (Sewage Holding Tank), Preserve (Partial) WORK ITEM 9: Sewage Holding Tank(s), Clean and Inspect WORK ITEM 10: Sewage Piping, Renew WORK ITEM 11: AC Groom WORK ITEM 12: OWS, Groom WORK ITEM 13: Fire Prevention, Provide WORK ITEM 14: Reefer Groom WORK ITEM 15: Cracks (GT Collector and Exhaust), Repair WORK ITEM 16: Deck Covering (Polymeric), Renew OPTIONAL WORK ITEM A: Composite Labor Rate WORK ITEM B: GFP Report WORK ITEM C: Travel and Perdiem SUBMISSION OF INFORMATION: Interested parties having the capabilities necessary to meet or exceed the stated requirements ae invited to provide information to contribute to this Sources Sought Notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail, with subject line: SSN BERTHOLF DS FY26Q1, to Mr. Adrian Rubio, at Adrian.J.Rubio@uscg.mil no later than October 30, 2025 2:00pm EST with the following: Name of Company, Address and Unique Entity Identification Number (UEID) 1.Point of Contact and Phone Number 2.Business Size applicable to the NAICS Code: 3.8(a) Small Business Concern 1.HubZone Small Business Concern 2.USCGC STONE DS FQ1 FY26 3.Service-Disabled Veteran Owned Small Business Concern (SDVOSBC) 4.Veteran Owned Small Business Concern (VOSBC) 5.Economically Disadvantaged Woman-Owned Small Business (EDWOSB) Concern 6.Woman-Owned Small Business (WOSB) Concern 7.Small Business Concern 8.Large Business Concern 9.Documentation Verifying Small Business Certification 10.Statement: Statement on how your company will complete the work items and that company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 11.Past Performance information: Evidence of experience in work in similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and point of contacts to include e-mail address 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 Subpart 4.1102(a). SAM can be obtained by accessing the internet at www.sam.gov or calling the Federal Service Desk (FSD) at 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 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 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 deciding on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from 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. Currently no solicitation exists; therefore, do not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on the SAM.gov website, formerly Federal Business Opportunities (FedBizOpps). It is the potential offeror�s responsibility to monitor the SAM.gov website 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. To receive the technical package and drawings associated with this requirement interested firms will need to complete and sign DHS-110006 Non-Disclosure Agreement and provide their active Joint Certification Program (JCP) certification number. You may do so now in order to receive the drawings package immediately upon release of the Solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/95713adbc2084b1f97cd76dd2b2f3b01/view)
 
Place of Performance
Address: Garden Grove, CA 92845, USA
Zip Code: 92845
Country: USA
 
Record
SN07620061-F 20251017/251015230042 (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.