Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2026 SAM #8881
SOLICITATION NOTICE

J -- Crane Services for USCGC WARREN DEYAMPERT Gun Mount Removal

Notice Date
3/19/2026 8:25:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
52000PR260023622
 
Response Due
3/23/2026 11:00:00 AM
 
Archive Date
04/07/2026
 
Point of Contact
Timothy ford, joshua miller, Phone: 7576284801
 
E-Mail Address
timothy.s.ford@uscg.mil, JOSHUA.N.MILLER@USCG.MIL
(timothy.s.ford@uscg.mil, JOSHUA.N.MILLER@USCG.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
52000QR260023622 Crane Services for USCGC WARREN DEYAMPERT Gun Mount Removal This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260023622. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611. The small business size standard is 1300. All responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13. THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: The contractor shall provide: all required personnel, equipment, materials, and supervision necessary to perform the gun mount lift as detailed below. USCGC WARREN DEYAMPERT is scheduled for an upcoming dry dock availability. To ensure the integrity of the main gun mount and prevent damage during shipyard operations, it is mandatory that the mount be removed prior to the vessel�s transit to the dry dock facility. This SOW outlines the requirements for a qualified contractor to provide a land-based crane and all associated services to facilitate this removal. A. REQUIREMENT: Load Details: The gun mount to be removed has the following estimated characteristics. Load: MK-38 MOD 3 Machine Gun System Estimated Dimensions: 6ftx4ftx6ft Estimated Total Weight: Approximately 3,000 Lifting Plan: A government-provided technical manual or lift plan specifying certified lifting points will be made available. 5.2 Contractor-Furnished Equipment (CFE) The contractor shall provide equipment with capabilities equal to or exceeding the following specifications: 5.2.1 Crane: A hydraulic mobile crane with sufficient lifting capacity, boom length, and reach to safely lift the specified load from its position on the vessel's deck and place it onto a designated pier-side location or transport vehicle. 5.2.2 Ancillary Items: All necessary fuel and lubricants for contractor-provided equipment. All necessary and certified rigging (e.g., slings, shackles, spreader bars) appropriate for the load's weight and configuration. All required safety equipment, including outrigger pads, to ensure a stable and secure crane setup on the pier. 5.3 Contractor Personnel Requirements The contractor shall provide a crew including, at a minimum: A certified and licensed Crane Operator. A qualified Rigger/Signalperson. All contractor personnel shall possess current OSHA 10 certification (or higher) and wear appropriate Personal Protective Equipment (PPE) for the task. All labor shall adhere to Prevailing Wage requirements. 5.4 Insurance & Documentation The contractor shall maintain and provide proof of the following upon request: 4.4.1 Insurance: General Liability, Workmen�s Compensation, Employers Liability, Comprehensive General Auto, Pollution Liability, and adequate Excess/Umbrella Insurance. 4.4.2 Logs & Certifications: The contractor shall maintain and provide project Work Logs, Safety Logs, and current Crane/Rigging certification records to the Contracting Officer's Representative (COR). 6. Delineation of Responsibilities 5.1 Government Lead: A designated Government Representative (EO or COR) will serve as the lead for the overall evolution. A pre-lift brief and safety plan review will be conducted with the contractor's crew prior to commencing work. 5.2 Preparation Team: Ship's force will be responsible for preparing the gun mount for removal (e.g., disconnecting power, removing ammunition, ensuring clear access). 5.3 Contractor Responsibility: The contractor is solely responsible for the safe setup and operation of the crane and the execution of the lift as directed by the government lead. This includes maneuvering the load from the vessel to the designated landing area on the pier. 2. Location of Performance (FBO Destination) USCGC WARREN DEYAMPERT USCG Base Boston 427 Commercial Street Boston, MA 02109 3. REQUIRED PERIOD OF PERFORMANCE: Date: 26 March 2026 - The work is expected to be completed within one four-hour block (0800-1200). The specific start time will be confirmed by the Government COR no later than 24 hours prior. Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep. NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item. As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered. Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown (2) Unit Cost (3) Extended Price (4) Total Price (5) Payment Terms (6) Discount offered for prompt payment (7) Company Unique Entity ID (UEI) and Cage Code.. Quotes must be received no later than 23 MARCH 2026 at 2 P.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to TIMOTHY FORD at: TIMOTHY.S.FORD@USCG.MIL and carbon copy Contracting Officer, JOSHUA MILLER AT JOSHUA.N.MILLER@USCG.MIL. Any questions or concerns regarding any aspect of the RFQ must be forwarded TIMOTHY FORD at email address � TIMOTHY.S.FORD@USCG.MIL and carbon copy Contracting Officer, JOSHUA MILLER at JOSHUA.N.MILLER@USCG.MIL The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2025) to include Alt I (Feb 2024). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov. FAR 52.204-7 � System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov. The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract: FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126). FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement. *The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0b15bcde194f42e6a27233d9633b55d8/view)
 
Place of Performance
Address: MA 02109, USA
Zip Code: 02109
Country: USA
 
Record
SN07750618-F 20260321/260319230046 (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!  © 1994-2026, Loren Data Corp.