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

V -- Notice of Intent to Sole Source Foreign Passenger Vessel Examiner Course

Notice Date
3/19/2026 2:05:21 PM
 
Notice Type
Presolicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02326QCVC00001
 
Response Due
4/2/2026 2:00:00 PM
 
Archive Date
04/17/2026
 
Point of Contact
Brenda S. Taylor, Phone: 2068150892
 
E-Mail Address
Brenda.S.Taylor2@uscg.mil
(Brenda.S.Taylor2@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is being published in accordance with Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a Notice of Intent to award a sole source contract and is not a request for competitive quotes/proposals. 1. Contracting Office Address: United States Coast Guard (USCG) Office of Contracting & Procurement Headquarters Division 4, Branch 2 2703 Martin Luther King Jr Avenue, SE Washington, DC 20593 Point of Contact: Brenda Taylor, Contracting Officer, Brenda.S.Taylor2@uscg.mil 2. Set-Asides: a. Anticipated Set-Aside Strategy: Total Small Business Set-Aside 3. Codes for Services or Supplies a. Product Service Code (PSC): V214 b. NAICS Code: 483112 4. Description a. Clear and Concise Description of Supplies or Services: The Government seeks a fully integrated, at?sea training environment aboard an operational cruise vessel to support two convenings of the Foreign Passenger Vessel Examiner Course between April and November 2026. The requirement is for a single cruise vessel and itinerary that can concurrently provide: (1) lodging and meals for up to 21 attendees; (2) a dedicated onboard training space equipped with audio/visual equipment and Wi?Fi; (3) onboard logistical support; and (4) escorted access by ship�s crew to critical shipboard spaces and systems during specific sailings in the April (11 Apr-18 Apr)�November (08 Nov-15 Nov) 2026 timeframe. These elements are interdependent and must be coordinated on the same vessel to achieve the required training effect. b. Procedures for Award: The Government intends to award a sole source contract directly to Landry & Kling Global Ship Solutions, UEI No. CEHURV7H94L8. This action is being taken to ensure the continuation of critical Foreign Passenger Vessel Examiners training for the USCG. The legal authority for this non-competitive action is cited as Only one responsible source, and no other supplies or services will satisfy agency requirements under 10 U.S. Code � 3204(a)(1). Anticipated Award Date: On or about: 3 April 2026 c. Trade Agreements Language: Not Applicable d. Technical Data: The Statement of Work (SOW) is included as an attachment. e. Construction Contract Information: Not Applicable. f. Statement Regarding Responsible Sources: All responsible sources may submit a quotation, bid, or proposal, as appropriate, which will be considered by the agency. g. Noncompetitive Contract Action: The government intends to award a contract directly to Landry & Kling Global Ship Solutions, UEI No. CEHURV7H94L8 in accordance with FAR 12.102 Restricting Competition, and FAR 6.103-1 under the authority at 10 U.S. Code � 3204(a)(1) for �Only one responsible source and no other supplies or services will satisfy agency requirements�. The primary constraint is unacceptable delays in fulfilling the agency's requirements for the continued provision of highly specialized services. The underlying commercial realities of cruise ship operations�specifically, access to an operational cruise vessel of sufficient size, sailing from appropriate U.S. ports, during the April (11Apr-18 Apr)�November (08 Nov-15 Nov) 2026 window, with the willingness to: (1) dedicate a training room for extended daily hours; (2) provide reliable Wi?Fi and audio/visual support; and (3) permit escorted access to critical shipboard spaces and systems during a revenue?generating voyage. These elements are interdependent and must be coordinated on the same vessel to achieve the required training effect. h. Qualification Requirement: Not Applicable
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fc73e6a00af34b659862d4dc209889f4/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07750725-F 20260321/260319230047 (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.