Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2026 SAM #8894
SOLICITATION NOTICE

V -- Sole Source Foreign Passenger Vessel Examiner Course

Notice Date
4/1/2026 3:03:13 PM
 
Notice Type
Presolicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02326QCVC00001
 
Response Due
4/3/2026 2:00:00 PM
 
Archive Date
04/18/2026
 
Point of Contact
Brenda S. Taylor, Phone: 2068150892
 
E-Mail Address
Brenda.S.Taylor2@uscg.mil
(Brenda.S.Taylor2@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is being published in accordance with Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a Notice of Intent to award a sole source contract and is not a request for competitive quotes/proposals. All work associated with the requirement has been identified as EXCEPTED work. 1. Contracting Office Address: United States Coast Guard (USCG) Office of Contracting & Procurement Headquarters Division 4, Branch 2 2703 Martin Luther King Jr Avenue, SE Washington, DC 20593 Point of Contact: Brenda Taylor, Contracting Officer, Brenda.S.Taylor2@uscg.mil 2. Set-Asides: a. Anticipated Set-Aside Strategy: Total Small Business Set-Aside 3. Codes for Services or Supplies a. Product Service Code (PSC): V214 b. NAICS Code: 483112 4. Description a. Clear and Concise Description of Supplies or Services: The Government seeks a fully integrated, at?sea training environment aboard an operational cruise vessel to support two convenings of the Foreign Passenger Vessel Examiner Course from 04/12/26 - 04/18/26 and 11/08/26 -11/15/26. The requirement is for a single cruise vessel and itinerary that can concurrently provide: (1) lodging and meals for up to 21 attendees; (2) a dedicated onboard training space equipped with audio/visual equipment and Wi?Fi; (3) onboard logistical support; and (4) escorted access by ship�s crew to critical shipboard spaces and systems during specific sailings. These elements are interdependent and must be coordinated on the same vessel to achieve the required training effect. b. Procedures for Award: This acquisition is being conducted in accordance with FAR (RFO) Part 12 procedures (specifically subpart 12.102(a)) and under the authority 41 USC 1901 - Simplified acquisition procedures), allowing the Contracting Officer (CO) to solicit from only one source. Anticipated Award Date: On or about: 6 April 2026 c. Trade Agreements Language: Not Applicable d. Technical Data: The Statement of Work (SOW) is included as an attachment. e. Construction Contract Information: Not Applicable. f. Statement Regarding Responsible Sources: All responsible sources may submit a quotation, bid, or proposal, as appropriate, which will be considered by the agency. g. Noncompetitive Contract Action: The government intends to award a sole source follow-on contract directly to Landry & Kling Global Ship Solutions, UEI No. CEHURV7H94L8 for the continuation of critical Foreign Passenger Vessel Examiners training for the Coast Guard. While other sources may assert the ability to perform the requirement, the Government has determined that the transition requirements and post-award coordination would introduce untenable schedule risks. The requirement involves time-sensitive training that are already aligned with a defined training cycle and operational schedule. Landry & Kling Global Ship Solutions has existing, time-sensitive agreements with the cruise provider, as well as established logistics, scheduling and coordination mechanisms in place to support execution within the required period of performance. Furthermore, the training supports personnel assigned to defined training cycle directly tied to operational requirements. These personnel have limited availability due to mission commitments and the training schedule is synchronized with those constraints. As a result, delaying the training would not simply shift execution to a later date, but would disrupt the training pipeline, delay personnel readiness, and create a significant risk to mission requirements. h. Qualification Requirement: Not Applicable
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/dfd693ade5b34505ab2bd202a70521c9/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07764694-F 20260403/260401230046 (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!  © 1994-2026, Loren Data Corp.