CGC BISCAYNE BAY DOCKSIDE REPAIRS


Subject: CGC BISCAYNE BAY DOCKSIDE REPAIRS
Solicitation Number: DSBISCAYNEBAYFY26
Notice Type: SRCSGT
NAICS: 336611
Set-Aside: No Set aside used
Notice Published: 01-30-26
Response Due: 02-11-26

Agency: Department of Homeland Security
Office: US COAST GUARD
Contact: Sandra A. Martinez This email address is being protected from spambots. You need JavaScript enabled to view it.
Office Address: ALAMEDA, CA 94501



Click for official SAM (FBO) notice, additional information, and accompanying attachments

This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center Norfolk, VA to identify sources capable of providing the following: This requirement is for the contractor to provide all necessary materials, equipment, and personnel necessary to perform routine DOCKSIDE Maintenance onboard the CGC BISCAYNE BAY The following items are anticipated to be performed (subject to change): Fire Prevention Requirements Tank (Water Mist), Clean And Inspect Tanks, Potable Water, Clean and Inspect Tanks, Lube Oil, Clean and Inspect Tanks, Ballast, Clean and Inspect Voids, Accessible, Clean and Inspect Tanks, Dirty Oil and Waste, Clean and Inspect Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean Boiler Exhaust Stack Uptakes, Commercial Clean Bubbler Diesel Engine Exhaust Piping, Commercial Clean Vent Ducts, Engine And Motor Room, All, Commercial Cleaning Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning Vent Ducts, All Other, Commercial Cleaning Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift Anchor Windlass, Inspect and Service Vertical Capstan, Inspect and Service Hull Fittings (Mooring and Towing), Inspect and Test - Tender Single Point Davit, Inspect and Service Grey Water Holding Tanks, Clean and Inspect Sewage Holding Tanks, Clean and Inspect Grey Water Piping, Clean and Flush Sewage Piping, Clean and Flush Safety Rail Stanchion Renew Lube Oil Storage Tank, Fabricate and Install Officer Stateroom, Modifications PLACE OF PERFORMANCE: All work is to be performed at the cutters home pier 1075 Huron Street, ST Ignace, MI ANTICIPATED PERIOD OF PERFORMANCE: The performance period is July 28, 2026 August 31, 2026. (subject to change) ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,350 employees. SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Companies may respond to this Sources Sought Notice via e-mail to This email address is being protected from spambots. You need JavaScript enabled to view it. no later than 1:00 PM EST on 11 February 2026, with the following information/documentation: 1. Name of Company, Address and Unique Entity ID. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; HUBZone Small Business Concern; Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); Veteran Owned Small Business Concern (VOSBC); ED Woman Owned Small Business Concern (EDWOSB); Woman Owned Small Business Concern (WOSBC); Small Business Concern; Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611. d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611. e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are economically disadvantaged, and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611. g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611. 5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact 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. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation.