Search Contract Opportunities

Tug Services for Broadway Pier - San Diego

ID: 111703QR260000XXX • Type: Synopsis Solicitation • Match:  90%
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
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a combined synopsis/solicitation for a commercial item or service prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 488330 The small business size standard is 1500. This is a 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 STATES COAST GUARD CUTTER STRATTON REQUEST CONTRACTORS PROVIDE QOUTES FOR THE FOLLOWING:

A. REQUIREMENT:

1. The contractor shall provide the following:
Two tugs rated at (2,000 HP+) to facilitate and assist with the arrival and departure transit of CGC STRATTON movement into and out of BROADWAY PIER, SAN DIEGO. The company shall provide all qualified personnel, equipment, tools, materials, supervision, including other items and services necessary to perform the service requested and as defined in this Scope of Work, the contractor must perform to the standards in the written Scope of Work.

2. Place of Performance:
BROADWAY PIER SAN DIEGO, CA.

3. Period of Performance:
Inbound to Broadway pier: 03/07/2026 @ 8:30 am

Outbound from Broadway pier: 03/10/2026 @ 8:30 am

The following 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 if applicable.

2. Vendors MUST be registered in www.sam.gov to receive an award. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors will be considered. Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the Contracting Officer.

3. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.

4. Quotes must be received no later than March 04th 2026 at 4:00 P.M Eastern Standard Time. Email quotes are acceptable and should be sent to the Contracting Officer: Jenelle Lujan at email address Jenelle.N.Lujan@uscg.mil and Damon Jones at email address- Damon.D.Jones@uscg.mil.

5. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Jenelle Lujan at email: Jenelle.N.Lujan@uscg.mil.

PROVISIONS / CLAUSES:
The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)
FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) 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 (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.
52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)

FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in

FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated 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 (Jan 2018) FAR FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
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) *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains
FAR Clause 52.204-7, Central Contractor Registration 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 SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies

Background
The United States Coast Guard is seeking contractors to provide tug services for the CGC Stratton at Broadway Pier, San Diego. The goal of this contract is to facilitate the safe arrival and departure of the vessel, ensuring compliance with operational standards and safety protocols.

Work Details
The contractor shall provide two tugs rated at a minimum of 2,000 horsepower to assist with the maneuvering of CGC Stratton during its inbound and outbound transit at Broadway Pier, San Diego. The contractor is responsible for providing all necessary personnel, equipment, tools, materials, supervision, and other items required to perform the services as defined in the Scope of Work.

Specific tasks include:
1. Providing two tugs with qualified captains.
2. Taking commands from the Stratton pilot house over VHF channel 77.
3. Assisting in mooring evolutions for both departure and arrival.
4. Maintaining position in the vicinity of Stratton for navigation until released by the pilot house.

Period of Performance
The period of performance is from March 7, 2026, at 8:30 AM for arrival at Broadway Pier to March 10, 2026, at 8:30 AM for departure out to sea. Times are subject to change.

Place of Performance
Broadway Pier, San Diego, CA.

Overview

Response Deadline
March 4, 2026, 4:00 p.m. EST Past Due
Posted
March 2, 2026, 10:16 a.m. EST
Set Aside
None
Place of Performance
San Diego, CA 92101 United States
Source

Current SBA Size Standard
$47 Million
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
The solicitation is open for 2 days, below average for the Surface Forces Logistics Center.
On 3/2/26 Surface Forces Logistics Center issued Synopsis Solicitation 111703QR260000XXX for Tug Services for Broadway Pier - San Diego due 3/4/26. The opportunity was issued full & open with NAICS 488330 and PSC V119.
Primary Contact
Name
Damon Jones   Profile
Phone
(571) 607-9385

Secondary Contact

Name
Jenelle Lujan   Profile
Phone
(206) 820-4918

Documents

Posted documents for Synopsis Solicitation 111703QR260000XXX

Question & Answer

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

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 111703QR260000XXX

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 111703QR260000XXX

Experts for Tug Services for Broadway Pier - San Diego

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
March 2, 2026
Last Updated By
damon.d.jones@uscg.mil
Archive Date
March 19, 2026