Search Contract Opportunities

52000QR260001486 USCGC John Witherspoon Hull Cleaning and Zinc Renewal

ID: 52000QR260001486 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL

Intent. CGC JOHN WITHERSPOON is requesting underwater hull inspection, cleaning and zinc renewal.

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 52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL

.

This procurement will be processed in accordance with FAR Part 12.

The North American Industry Classification System (NAICS) is 336611 - Ship Building and Repairing. This is total small business set aside; 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 52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL

SCOPE OF WORK IS ATTACHED TO THIS SOLICITIONS.

For Underwater Hull Inspect, Clean & Zinc Renewal

1.Background and Current Observed Issues

CGC JOHN WITHERSPOON is requesting underwater hull inspection, cleaning and zinc renewal.

2.REFERENCESCG MPC B10015.D, UNDERWATER BODY (DIVER), INSP/CLNCG MPC B10018.D, UNDERWATER ZINC ANODES, REPLACE

3.REQUIREMENTS Entity completing the work must have trained personnel. The diver must have a dive tender aboard the vessel during dive operations. Hull must be thoroughly cleaned IAW MPC B10015.D and all pre& post cleaning forms must be completed. Zincs must be renewed IAW MPC B10018.D. There are12 additional stern tube zincs not identified in the current B10018.D maintenance procedure card.

4.PERIOD OF PERFORMANCE This maintenance must be completed between 10 February - 10 March, 2026

.5. PLACE OF PERFORMANCEUSCG Base Ketchikan 1300 Stedman St Ketchikan, AK 99901

6.POINTS OF CONTACT a .Cutter :MKCS Derek Weatherly Teams: (206) 820-2504 Email: Derek.w.weatherly@uscg.mil. Norfolk, VA Office: Contracting Officer Technical Representative (COR):Jason DevinTeams: (206) 815-1382Email: Jason.m.devin2@uscg.mil

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 in conjunction with attached statement of work 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 08 January 2025 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Josh Miller and Tim Ford at email address TIMOTHY.S.FORD@USCG.MIL and Joshua.N.Miller@uscg.mil.

Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, Joshua Miller and Tim Ford at email address Joshua.N.Miller@uscg.mil and TIMOTHY.S.FORD@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 (May 2024) to include Alt I (Nov 2021). 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).

Background
The United States Coast Guard (USCG) is seeking services for the CGC JOHN WITHERSPOON to conduct underwater hull inspection, cleaning, and zinc renewal. This contract aims to ensure the vessel's operational readiness and maintenance of its underwater components, which is critical for the agency's mission of maritime safety and security.

Work Details
The contractor shall perform the following tasks:

- Conduct an underwater hull inspection.
- Clean the hull in accordance with CG MPC B10015.D.
- Renew zinc anodes as per CG MPC B10018.D.

The contractor must ensure that trained personnel are utilized for the work, including a diver with a dive tender present during operations. The hull must be thoroughly cleaned, and all pre- and post-cleaning forms must be completed. Additionally, there are 12 stern tube zincs that need to be replaced which are not covered in the current maintenance procedure card.

Period of Performance
The maintenance work must be completed between February 10, 2026, and March 10, 2026.

Place of Performance
USCG Base Ketchikan, 1300 Stedman St, Ketchikan, AK 99901

Overview

Response Deadline
Jan. 8, 2026, 9:00 a.m. EST (original: Jan. 8, 2025, 9:00 a.m. EST) Past Due
Posted
Dec. 5, 2025, 11:55 a.m. EST (updated: Dec. 9, 2025, 11:41 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Ketchikan, AK 99901 United States
Source

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
50% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 12/5/25 Surface Forces Logistics Center issued Synopsis Solicitation 52000QR260001486 for 52000QR260001486 USCGC John Witherspoon Hull Cleaning and Zinc Renewal due 1/8/26. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC J020.
Primary Contact
Name
Timothy ford   Profile
Phone
None

Secondary Contact

Name
joshua miller   Profile
Phone
(757) 628-4801

Additional Contacts in Documents

Title Name Email Phone
Cutter MKCS Derek Weatherly Profile derek.w.weatherly@uscg.mil (206) 820-2504

Documents

Posted documents for Synopsis Solicitation 52000QR260001486

Opportunity Assistant

Contract Awards

Prime contracts awarded through Synopsis Solicitation 52000QR260001486

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 52000QR260001486

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 52000QR260001486

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 52000QR260001486

Experts for 52000QR260001486 USCGC John Witherspoon Hull Cleaning and Zinc Renewal

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 1(00080)
FPDS Organization Code
7008-70Z080
Source Organization Code
100181484
Last Updated
Jan. 23, 2026
Last Updated By
sean.w.hoy@uscg.mil
Archive Date
Jan. 23, 2026