Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2026 SAM #8887
MODIFICATION

J -- USCGC JUNIPER (WLB-201) DRYDOCK REPAIR FY26

Notice Date
3/25/2026 12:34:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08526QIBCT0026-Juniper
 
Response Due
4/10/2026 11:00:00 AM
 
Archive Date
04/25/2026
 
Point of Contact
Catherine Chan, SANDRA MARTINEZ
 
E-Mail Address
catherine.k.chan@uscg.mil, sandra.a.martinez@uscg.mil
(catherine.k.chan@uscg.mil, sandra.a.martinez@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/ SOLICITATION The solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAR Class Deviation (Number 25-21) for FAR Part 12 in Support of Executive Order on Restoring Common Sense to Federal Procurement. This requirement is being solicited as a total small business set aside using FAR Part 12 Acquisition of Commercial Items. The NAICS Code is 336611 � Ship Repair with a small business size standard of 1,300 employees. The solicitation number is 70Z08526QIBCT0026. CONTRACT TYPE: This solicitation is a request for quotes (RFQ) that will result in the award of a Indefinite Delivery Requirement Contract (IDR) solicited under FAR PART 12, subject to availability of funds. Under this contract, the Coast Guard will issue task orders to the contractor. Orders may be issued by mail, e-mail, facsimile, and orally (followed up in writing). SCHEDULE OF SUPPLIES/SERVICES: Continuation of SF1449, See Attachment 1. CONTRACT PERIOD OF PERFORMANCE: The performance period for this requirement starts on or about April 28, 2026, and with a projected end date on or about August 26, 2026. PLACE OF PERFORMANCE: The place of performance shall be the Contractors Facility. CUTTER�s Home Port: 400 Sand Island Parkway. Honolulu, HI 96819. REQUIRED DOCUMENTS: Each offeror shall furnish the information required by the solicitation, which includes: 1. Cover letter with quoter�s address, DUNS and other information completed. 2. Amendments, as applicable 3. Attachment 1- Section B Schedule of Supplies/ Services filled out with a cost associated with each CLIN, to include option labor hours. The attached excel spreadsheet should be filled out with prices and returned with the vendor�s quote. 4. Attachment 3 - Past Performance Documentation 5. Small Business Self Certification for applicable set-aside (i.e. HUBZone) 6. Welding Certifications and Procedures 7. Proof of Insurance (Statement of Coverage from current Insurance carrier) 8. List the names of ALL Subcontractors that your company intends to subcontract for the CLIN Item(s) listed in the Schedule of Supplies/Services. 9. If applicable, ALL Technical Representative Certifications for BOTH prime and subcontractors as specified in the specification. 10. Completed FAR 52.212-3 Offeror Representations and Certifications-- Commercial Items. 11. Dry Dock Certifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/39074a8ef6fc4014a9d469f0256833a5/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN07756392-F 20260327/260325230044 (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.