The United States Coast Guard Surface Forces Logistics Center is issuing this combined synopsis/solicitation to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation.
This requirement consists of providing dining services for USCGC SEQUOIA crew during unplanned drydock repairs. The contractor will perform services that include, but are not limited to, providing healthy, appetizing, and nutritious dining options for up to 27 Coast Guard personnel, ensuring compliance with all specified standards and regulations, and supporting crew needs for the duration of the drydock period. The contractor will perform all work at dining facilities within a 5-mile radius of Fincantieri Bay Shipbuilding, 605 3rd Ave, Sturgeon Bay, WI 54235.
The period of performance runs from February 17, 2026 through April 3, 2026.
This acquisition is a total small business set-aside under NAICS code 722320, with a corresponding small business size standard of $9,000,000.00.The applicable Product Service Code (PSC) is S203.
The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical capability and past performance, including the offeror’s demonstrated ability to successfully perform similar requirements.
The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.
Offerors are encouraged to submit a narrative quotation describing their understanding of the requirement and their approach to performing the services described in the statement of work. The quotation should provide sufficient detail to allow the Government to evaluate technical capability, relevant experience, and any proposed use of subcontractors.
The Government will also evaluate the offeror’s proposed subcontracting approach, including the offeror’s ability to manage subcontracted effort and comply with all contract requirements.
Offerors shall identify any subcontractors proposed to perform major or critical aspects of the work under this contract. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed work. The Government will evaluate the qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.
Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific proposal format. Offerors must submit a quotation that clearly demonstrates the ability to meet the requirements of the statement of work. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.
Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with contract performance, including but not limited to labor, materials, overhead, profit, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees.
The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.
Submit all questions via email to the points of contact identified in this notice. The Government will not accept telephone inquiries.