Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2025 SAM #8616
SOURCES SOUGHT

J -- Drydock (DD): USCGC POLAR STAR FY26-30 Repair IDIQ

Notice Date
6/27/2025 9:46:31 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
DRYDOCK-USCGC-POLAR-STAR-IDIQ-FY26-30
 
Response Due
7/11/2025 12:00:00 PM
 
Archive Date
10/30/2025
 
Point of Contact
Robin B. Kloeppel, Phone: 2068274342, Andrew G. Jacobs, Phone: 5103164544
 
E-Mail Address
robin.b.kloeppel@uscg.mil, Andrew.G.Jacobs@uscg.mil
(robin.b.kloeppel@uscg.mil, Andrew.G.Jacobs@uscg.mil)
 
Description
This announcement is a Sources Sought Synopsis in anticipation of a future procurement. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this Sources Sought Synopsis is to determine interest and capability of potential businesses. The Government may use responses to this Sources Sought Synopsis to make an appropriate acquisition decision for this project. DESCRIPTION: The United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is seeking responses from industry to determine capability and interest in performing a Fiscal Year 2026 � Fiscal Year 2030 (5 year) requirements contract to complete drydock maintenance and repair of heavy ice breaker POLAR STAR (WAGB 10). PLACE OF PERFORMANCE: Continental US, West Coast Only To maintain operational readiness posture required to meet agency operational planning requirements, the USCG has determined that through the end of FY 2030, dry dock execution on the Continental West Coast of the United States is a necessary military consideration and an agency requirement. The anticipated awarded contract will result in one (1) requirements contract with fixed price task orders covering an ordering period from date of award through 30 November 2030. The first task order period of performance is anticipated to start at the end of March 2026 and is anticipated to be awarded within a few days of the requirements contract. PERIOD OF PERFORMANCE: The USCG expects to award a 5-year requirements contract with the base year in FY26. An annual order for drydock maintenance is expected from FY26 through FY30. The first task order period of performance is anticipated to be from approximately 31 March 2026 to 20 August 2026, with subsequent task orders through FY30 with approximately the same period of performance. The anticipated Request for Proposal (RFP) release date for the POLAR STAR DD IDIQ Availability is on or around 02 Dec 2025. Planned availability and RFP dates are subject to change. In addition, no cost or pricing data is required in the vendor�s response to this Sources Sought Notice. All responsible sources may submit a capability statement, which will be considered by the agency. NAICS Code for this requirement: 336611 - Ship Building and Repairing PSC Code for this requirement: J999 - Non-Nuclear Ship Repair (West) Size Standard: 1,300 Employees REQUIREMENT BACKGROUND: The POLAR STAR is homeported in Seattle WA at 1519 Alaskan Way S., Seattle, WA 98134. The CGC POLAR STAR is 399 feet long, 83.5 feet wide, drafts 31 feet (at full load), and weighs 13,000 long tons (at full load). Reference the attached draft specification for a list of work items and specific work item details. If interested, vendors should respond to this sources sought not later than 11 July 12:00 pm Pacific Time. Replies should be sent to Andrew Jacobs, Contracting Officer at andrew.g.jacobs@uscg.mil and Robin Kloeppel, Contract Specialist at robin.b.kloeppel@uscg.mil. Companies which would be interested in submitting a proposal for this requirement should reply to this sources sought notice noting their business size/status such as large business, small business, and socio-economic category such as HUBZone, Service-Disabled Veteran-owned, Women Owned Small Business etc�. Further if there are no past performance evaluations on file in the Contractor Performance Assessment Reporting System (CPARS) database, contractors should provide any relevant past performance references including the following information: contract numbers, project titles, dollar amounts, points of contact and telephone numbers. In your company reply include the following information: Primary Point of Contact name, email address, phone number, company address, and company UEI number. Vendor replies should also include the following specific information: 1. Dry-Dock and Availability: a) Does your facility have a dry-dock that can accommodate the USCGC POALR STAR? If yes, which one and where is it located? b) Does your company have availability to perform this dry-dock within the performance periods noted in this source sought? 2. How much time would your company need from date of award to the start of the drydock? 3. In addition to any relevant past performance, vendors may supply an overall description of the vendor�s qualifications and capabilities relevant to fulfilling the above requirement. 4. Any vendor feedback or recommendation to the Coast Guard: Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted. After the determination a request for proposal will be posted on www.sam.gov. Contractors are reminded that in the case of a HUB Zone set-aside, FAR 52.219-3, ""Notice of HUBZone Set-Aside or Sole Source Award"" would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other HUBZone small businesses. Contractors are also reminded that in the case of a Service-Disabled Veteran-Owned Small Business Set-Aside, FAR 52.219-27, ""Notice of Set-Aside for, Service-Disabled Veteran-Owned Small Business�� would apply which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern or employees of other service-disabled veteran owned small businesses. Additionally, regarding FAR 52.219-30 ""Notice of Set A-Side for Women-Owned Small Business Concerns�"": A women-owned small business (WOSB) concern eligible under the WOSB Program, means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. The Government intends to advertise a solicitation for this project in the future. At this time, a solicitation does not exist; therefore, offers shall not be accepted. It is the potential Offeror's responsibility to monitor https://sam.gov/ for release of any future solicitation that may result from this Sources Sought Synopsis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36c929cad627446ca9d1b2948ad20197/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07492428-F 20250629/250627230045 (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.