SOURCES SOUGHT
J -- USCGC CALHOUN FQ4 FY26
- Notice Date
- 12/23/2025 5:43:56 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
- USCGC_CALHOUN_FQ4_FY26
- Response Due
- 1/7/2026 11:00:00 AM
- Archive Date
- 01/22/2026
- Point of Contact
- Robin B. Kloeppel, Phone: 2068274342, Melissa Hyacinth
- E-Mail Address
-
robin.b.kloeppel@uscg.mil, Melissa.N.Hyacinth@uscg.mil
(robin.b.kloeppel@uscg.mil, Melissa.N.Hyacinth@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) CALHOUN (WMSL 759) Dockside repairs during fiscal year (FY) 26 fiscal quarter (FQ)4. NAICS Code 336611 � Ship Build and Repairing The Place of Performance is the USCGC CALHOUN�s homeport located in N. CHARLESTON, SC. Anticipated Period of Performance for this requirement is 2 September 2026 through 27 October 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 CALHOUN in accordance with the solicitation, schedule and specifications. WORK ITEMS include (but not limited to): WORK ITEM 1: Talon Grid (Type 18-08), Inspect and Test WORK ITEM 2: Cargo Handling Elevator, Annual Inspection and Test, Perform WORK ITEM 3: Incinerator, Inspect and Test WORK ITEM 4: Oily Water Separator (OWS) System, Inspect and Groom WORK ITEM 5: Fire Detection System, Inspect and Test WORK ITEM 6: Deck Covering (Slip-Resistant) Flight Deck, Renew WORK ITEM 7: Deck Covering (Slip-Resistant) Hangars, Renew WORK ITEM 8: Deck Covering (Slip-Resistant), Renew WORK ITEM 9: Tenting, Provide WORK ITEM 10: Tanks (Aviation Fuel Service), Clean and Inspect WORK ITEM 11: Tanks (Aviation Fuel Stowage and Overflow), Clean and Inspect WORK ITEM 12: Tanks, Preserve Full (100%) WORK ITEM 13: Tanks, Partial Preserve WORK ITEM 14: Grey Water Holding Tank(s) and Lift Stations, Clean and Inspect WORK ITEM 15: Sewage Holding Tank(s), Clean and Inspect WORK ITEM 16: Tanks (MP Fuel Storage and Overflow), Clean and Inspect WORK ITEM 17: Tanks (Oily Waste), Clean and Inspect WORK ITEM 18: Welding, Provide (General) WORK ITEM 19: Tank Level Indicator (Gray Water Tanks), Install WORK ITEM 20: Temporary Services, Provide - Cutter WORK ITEM 21: Fire Prevention, Provide 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 CALHOUN DS FY26Q4, to Ms. Melissa Hyacinth, at Melissa.N.Hyacinth@uscg.mil and Ms. Robin Kloeppel, at Robin.b.Kloeppel@uscg.mil no later than January 07, 2026 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/f9f441f2d5264495844d9769b6129167/view)
- Place of Performance
- Address: North Charleston, SC 29405, USA
- Zip Code: 29405
- Country: USA
- Zip Code: 29405
- Record
- SN07673915-F 20251225/251223230034 (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 |