SOLICITATION NOTICE
V -- Notice of Intent to Sole Source Foreign Passenger Vessel Examiner Course
- Notice Date
- 3/23/2026 7:36:57 AM
- 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 from 04/11/26 - 04/18/26 and 11/08/26 -11/15/26. 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. 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 follow-on contract directly to Landry & Kling Global Ship Solutions, UEI No. CEHURV7H94L8 for the continuation of critical Foreign Passenger Vessel Examiners training for the Coast Guard. Conducting a full and open competition at this time would result in unacceptable delays associated with solicitation, evaluation, and transitioning to a new contractor would require a period of performance for onboarding that is not feasible within the available timeframe, creating significant risk to mission continuity. The legal authority for this non-competitive action is cited as FAR 6.103-1(c)(2)(ii) Only source capable of meeting the requirement within the required timeframe 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(c)(2)(ii) under the authority at 10 U.S. Code � 3204(a)(1). 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, from 04/11/26 - 04/18/26 and 11/08/26 -11/15/26 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/63eeab2b9f154561b2d9d4cd2e4a8604/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07753210-F 20260325/260323230033 (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 |