Search Contract Opportunities

Dockside Repairs of CGC Stratton (WMSL 752) FY 26

ID: 70Z08526SSNSTRATTONDS • Type: Sources Sought • Match:  100%
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:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The U.S. Coast Guard, Surface Forces Logistics Center, Contracting Procurement Division (CPD) Branch 2 in support of Long Range Enforcer (LRE) Product Line is seeking qualified sources to perform dockside repairs of CGC STRATTON (WMSL 752), a 418' National security cutter. A firm-fixed price contract is anticipated for award.

The information obtained from this notice is for market research only and will be used to determine methods of procurement including whether to set-aside the procurement for small business or other set-aside programs. The North American Industry Classification System code (NAICS) is 336611 and the small business size standard is 1,300 employees.

To increase market competition, CGC STRATTON dockside repairs will be at the vessel's home berth in Coast Guard Alameda Base, Alameda, CA.

TENTATIVE PERIOD OF PERFORMANCE: 23 April 2026 through 17 July 2026.

Prospective offerors must have the capabilities in performing and accomplishing the dockside repairs for the cutter. Sampling of work to be performed:

WORK ITEM 1: Tanks (Ballast), Clean and Inspect

WORK ITEM 2: Reverse Osmosis, System Groom

WORK ITEM 3: Potable Water Pneumatic Tank, Clean and Inspect

WORK ITEM 4: Stern Boat Launch and Recovery, Level II

WORK ITEM 5: Flight Deck Nets, Overhaul, Five Year

WORK ITEM 6: Deck, Inspect Repair and Renew

WORK ITEM 7: Deck Covering (Slip-Resistant), Renew

WORK ITEM 8: Tenting, Provide

WORK ITEM 9: Fire Prevention, Provide

WORK ITEM 10: Steering Actuator, Overhaul

WORK ITEM 11: Elex Dry Air Compressor Equipment, Install

SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Valerie.s.riverachase@uscg.mil no later than 2:00 P.M., Pacific Standard Time, on 21 October 2025 with the following information/documentation:
1. Name of Company, Address, Unique Entity ID number, and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern
4. Documentation Verifying Small Business Certification:

a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.

b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.

c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611.
d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611.
e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million
f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611.
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611

5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.
6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.
SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.
Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when deciding on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice, and solicitation may be published on www.sam.gov website. It is the potential offeror's responsibility to monitor www.sam.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Overview

Response Deadline
Oct. 21, 2025, 5:00 p.m. EDT Past Due
Posted
Oct. 7, 2025, 4:18 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
CA 94501 United States
Source

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
20%
Signs of Shaping
50% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 10/7/25 Surface Forces Logistics Center issued Sources Sought 70Z08526SSNSTRATTONDS for Dockside Repairs of CGC Stratton (WMSL 752) FY 26 due 10/21/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336611 (SBA Size Standard 1300 Employees) and PSC J999.
Primary Contact
Name
Valerie S Rivera-Chase   Profile
Phone
(510) 437-5422

Secondary Contact

Name
Kiya Plummer-Dantzler   Profile
Phone
(206) 820-3678

Documents

Posted documents for Sources Sought 70Z08526SSNSTRATTONDS

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought 70Z08526SSNSTRATTONDS

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 70Z08526SSNSTRATTONDS

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 70Z08526SSNSTRATTONDS

Experts for Dockside Repairs of CGC Stratton (WMSL 752) FY 26

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 2(00085)
FPDS Organization Code
7008-70Z085
Source Organization Code
100187922
Last Updated
Nov. 5, 2025
Last Updated By
valerie.s.riverachase@uscg.mil
Archive Date
Nov. 5, 2025