Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2026 SAM #8886
SOURCES SOUGHT

19 -- Vessel Construction Management Services for the USCG

Notice Date
3/24/2026 9:19:26 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02326R93280006
 
Response Due
4/8/2026 11:00:00 AM
 
Archive Date
04/23/2026
 
Point of Contact
Liessel Ampie, Christopher Katz
 
E-Mail Address
Liessel.Ampie@uscg.mil, Christopher.A.Katz2@uscg.mil
(Liessel.Ampie@uscg.mil, Christopher.A.Katz2@uscg.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
INTRODUCTION The United States Coast Guard (USCG) Surface Program is seeking information from qualified and experienced firms interested in providing vessel construction management (VCM) services for a variety of USCG vessels and infrastructure. The government intends to provide a design package for each vessel/infrastructure task order to support construction and delivery. DESCRIPTION VCM services are expected to include, but are not limited to: Award of contracts for construction of USCG vessels (e.g. Homeland Security Cutter � Medium) and infrastructure (e.g. floating dry dock). Overseeing and managing all aspects of construction, including planning, scheduling, budgeting, and quality control. Monitoring shipyard performance against the contract requirements and reporting production status and metrics to the Government. Providing technical expertise and guidance to the shipyards. Performing configuration management of the vessel/infrastructure design across multiple build yards. Negotiating pricing for Long Lead Time and Economic Ordering Quantity materials. Managing construction risks and issues. ANTICIPATED CONTRACT TYPE/PERIOD OF PERFORMANCE The Government anticipates awarding a multiple award task order contract (MATOC). The resulting contract will have a five-year base period and one (1) five-year option period. Individual task orders issued will be Firm-Fixed-Price (FFP). The projected award value is $2B. INFORMATION REQUESTED Interested firms are requested to provide the following information: Company Profile: Overview of your company's experience, capabilities, and qualifications in vessel construction management, including relevant past experience on similar Government or commercial projects. Include similar experience where a client provides requirements/design and a compliant vessel is delivered to the client. Pricing methodology: Outline of your proposed pricing approaches including potential pricing structures that could reduce VCM costs to the government. Technical Expertise: Description of your technical expertise and resources related to vessel construction, including experience with build-to-print vessel production. Management Approach: Outline of your vessel construction management approach, including organizational structure, communication protocols, and quality control processes. Past Performance: Provide details of at least three (3) relevant past performance projects, including client references and contact information that are specific to vessel construction management. Schedule: Provide details regarding planned timelines from receipt of a potential task order award to award of a production-ready design and production contract to a shipyard/builder, including discussion of approaches the Government might pursue to expedite timelines and decrease costs. Small Business Status (if applicable): Indicate your company's size and socio-economic status (e.g. Small Business, Woman-Owned Small Business, etc.) and any relevant certifications. Perceived Risk: Identify any concerns or areas of risk. SUBMISSION INSTRUCTIONS Submit responses via email to Liessel.Ampie@uscg.mil, Karyn.L.Waters@uscg.mil, and Christopher.A.Katz2@uscg.mil. Responses are due no later than Wednesday, 08 April 2026 by 2:00 pm ET. DISCLAIMER This is a Request for Information (RFI) for market research purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information solicited. The USCG may use support contractors to assist in evaluating data received via this RFI. Submitting a response constitutes consent to allowing support contractors to review the data submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d40317b6067b48d28a1d7fc02cc95a17/view)
 
Place of Performance
Address: Washington, DC 20593, USA
Zip Code: 20593
Country: USA
 
Record
SN07755992-F 20260326/260324230055 (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.