AMENDMENT 0002 IS HEREBY INCORPORATED WITH THE SOLCITATION. AMENDMENT IS ISSUED TO INCORPORATE THEANSWERS TO THE REQUEST FOR CLARIFICATIONS. PLEASE SEE ATTACHED AMENDMENT 0002.
AMENDMENT 0001 IS HEREBY INCORPORATED WITH THE SOLICITATION. AMENDMENT IS ISSUED TO CHANGE THE DUE DATE TO SUBMIT AN OFFER TO THE SOLICITATION. PLEASE SEE ATTACHED AMENDMENT 0001.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a 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 2025-04 effective 11 June 2025. This requirement is being solicited as a Full and Open competition using FAR Part 12 Acquisition of Commercial Items and FAR 13.5 Simplified Procedures for Certain Commercial Items. This requirement is being solicited as a 100% Small Business Set-Aside. The NAICS Code is 336611 – Ship Repair with a small business size standard of 1,300 employees. The solicitation number is 70Z08525QLREP020327.
Only one award will be made to the responsive, responsible offeror under this solicitation. The contract will be awarded on a firm-fixed-price basis. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov
This requirement is for the repairs and maintenance of the USCGC ALEX HALEY (WMEC 39) consisting of items in accordance with the attached Statement of Work (ATTACHMENT 3). A complete list of work line-item numbers and items, quantities and units of measure is included as ATTACHMENT 1, Schedule of Prices.
Place of Performance: All work under this solicitation will be performed at Coast Guard Seattle Base located at 1519 Alaska Way South, Seattle, WA.
Description of the Requirement:
The United States Coast Guard requires the Contractor to furnish all the necessary labor, material services, equipment, supplies, power, accessories, and such other things as are necessary, except as otherwise specified, to perform the repairs and maintenance to the vessel, in accordance with the solicitation and attached Statement of Work (SOW). Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 30 calendar days from the response date of this solicitation.
NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement.
The period of performance for this acquisition is 08 September 2025 through 29 September 2025.
QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer, Valerie Rivera-Chase, at Vaerie.S.Riverachase@uscg.mil or to the Purchasing Agent, Jesse Perez, at Jesse.R.Perez@uscg.mil. All requests for drawings must be submitted by no later than
11 August 2025 at 1:00 P.M., PST. It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Requests for clarifications are due no later than 13 August 2025 at 1:00 P.M., Pacific time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted or answered due to time constraints. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. Questions/concerns will be compiled and addressed on a Standard Form 30, Amendment of Solicitation, and will be posted via http://SAM.gov for viewing by all potential Offerors.
However, in accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), please complete and return ATTACHMENT 5, DHS Form 11-0006 Non-Disclosure Agreement, to Valerie.S.RiveraChase@uscg.mil and Jesse.R.Perez@uscg.mil along with your request for drawings. This form will also allow you to receive any missing or revised drawings applicable to this requirement. In addition, some references listed in the Statement of Work 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 http://www.dlis.dla.mil/jcp/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG.
Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023), and its addendum applies to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2.
Provision at 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2021), and its addendum applies to this solicitation. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2. NOTE: The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Lowest Price Technically Acceptable.
Provision at 52.212-3, Offeror Representation & Certifications – Commercial Items, and its addendum applies to this solicitation. See Solicitation Clauses & Provisions to the Request for Quotation, Attachment 2.
Clause at 52.213-4, Terms and Conditions-Simplified Acquisition (Other Than Commercial)(Jan 2025), and its addendum applies to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, Attachment 2.
Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025), applies to this acquisition. Of those FAR clauses cited in this clause, those annotated with an “X” are applicable to this acquisition. See Solicitation Clauses & Provisions of the Request for Quotation, RFP, Attachment 2.
Contractor(s) must ensure that the following DOCUMENTS and/or information are submitted
with their proposal:
(i) Offeror's address, Unique Entity ID number.
(ii). ATTACHMENT 1, Schedule of Prices. Please complete the table of pricing on this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite line items. COMPOSITE LABOR HOUR RATE which will be included in the Total Evaluated Price for evaluation purposes only.
(iii) Proof of Insurance (statement of coverage from current insurance carrier)
(iv) Signed copy of any issued amendments to the solicitation.
(v) A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items OR provide notice of registration at www.sam.gov.
(vii) Solicitation Contract Clauses and Provisions, also includes additional information that must be submitted with your proposal. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses, and, provisions.
(viii) Offeror’s Welding Certification & Procedure.
ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 01 September 2025. Work covered by this requirement shall be completed within the period of performance for each cutter.
Proposal must arrive no later than 10:00 AM, PST on 20 August 2025. Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Facsimile proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Valerie.S.RiveraChase@uscg.mil, and copy Jesse.R.Perez@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email. Offerors who elect to use commercial delivery services for delivery of their proposals are advised that such delivery must be made to Coast Guard Alameda Base, SFLC – CPD2LREPL, Bldg. 55, 2nd Floor, Alameda, CA 94501. Delivery of the proposal to any other location within the Coast Guard Island will not be sufficient or acceptable.
PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS.
LIST OF ATTACHMENTS
ATTACHMENT 1 – Schedule of Items – Prices
ATTACHMENT 2 - Solicitation Clauses & Provisions
ATTACHMENT 3 – Statement of Work – Anchor Windlass
ATTACHMENT 4 – Request for Clarification
ATTACHMENT 5 - DHS Form 11000-6 Non-Disclosure Agreement
ATTACHMENT 6 – Notice for Filing Agency Protests