Search Contract Opportunities

USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26

ID: 70Z08526PR250020615 • Type: Sources Sought • Match:  85%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

***SEE ATTACHED FOR FULL TEX T NOTICE***

This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations.

The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees.

REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Alameda, CA to identify sources capable of providing the following

USCGC MALLET (WLIC 75304) and USCG BARGE (84002) FY26 Drydock Availability. USCGC MALLET is a 75' inland construction tender class home-ported in Corpus Christi, TX. Work list will include but is not limited: tank cleaning, potable water/sewage/greywater piping cleaning and repairs, spud winches inspect and service, exterior deck preservation, underwater body and plating preservation/renewal, propulsion inspect and repair.

ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees.

GEOGRAPHICAL RESTRICTION:

N/A

PLACE OF PERFORMANCE:

DESCRIPTION OF WORK:

Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DRY DOCK maintenance to the U.S. Coast Guard Cutter.

Description: Work list will include but is not limited: tank cleaning, potable water/sewage/greywater piping cleaning and repairs, spud winches inspect and service, exterior deck preservation, underwater body and plating preservation/renewal, propulsion inspect and repair.

D-001

Fire Prevention Requirements

D-002

Hull Plating, U/W Body, Inspect - Tender

D-003

Hull Plating, U/W Body, Ultrasonic Testing - Tender

D-004

U/W Body, Preserve, 100 percent - Tender

D-005

Appendages, U/W, Leak Test - Tender

D-006

Propulsion Shaft Rope Guards, Inspect

D-007

Voids (Accessible, Weather Deck Exposed), Inspect - Tender

D-008

Voids, Non-Accessible, Leak Test - Tender

O-009

Voids, Non-Accessible, Internal Surfaces, Preserve

D-010

Tanks, MP Fuel Service, Clean and Inspect - Tender

O-011

Propulsion Shaft Seals, Mechanical Clean and Inspect

D-012

Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renew

D-013

Propulsion Shaft Bearings, External, Check Clearances

O-014

Propulsion Shaft Bearings, External, Renew

D-015

Propeller s, Remove, Inspect, and Reinstall

D-016

Keel Coolers, Clean, Inspect and Hydro

D-017

Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift - Tender

O-018

Rudders, Preserve, 100 Percent

D-019

Hull Fittings (Mooring and Towing), Inspect and Test - Tender

D-020

Boat Boom, Inspect and Service - Tender

D-021

Sewage Holding Tanks, Clean and Inspect - Tender

D-022

Sewage Piping, Clean and Flush

D-023

Tanks, Potable Water Preserve, 100 Percent - Tender

D-024

Drydock - Tender

D-025

Sea Trial Performance, Support, Provide

D-026

Hull Plating, Side Scan, Ultrasonic Testing, Barge - Barge

D-027

Hull Plating, Freeboard, Ultrasonic Testing - Barge

O-028

Appendages, U/W, Internal, Preserve - Barge

O-029

Voids, Non-Accessible, Internal Surfaces, Preserve - Barge

D-030

Fathometer Transducer, General Maintenance - Barge

D-031

U/W Body, Preserve, 100 percent - Barge

O-032

Hull Plating Freeboard, Preserve, 100 Percent - Barge

D-033

Cathodic Protection, Zinc Anodes, Renew - Barge

D-034

Drydock - Barge

D-035

Superstructure Plating Repair

D-036

Fwd Rake Repair Barge

D-037

Crew's Head Deck Plating, Repair

D-038

Boom Rest Repair

D-039

Sewage Shore Tie Riser, Renew

D-040

Barge Quick Acting Watertight Scuttle, Renew

D-041

External Deck Drains, Renew

D-042

Tender Air Compressors, Renew

D-043

Drop Ceiling, Renew and Abate

D-044

Weathertight Doors and Frames, Renew

D-045

Crew Racks, Renew

D-046

Mechanical Chain Stoppers, Inspect and Service

D-047

Temporary Services, Provide - Tender

D-048

Decks Exterior (Buoy or Construction Deck), Preserve 100%

D-049

Deck Covering, Interior, Wet and Dry, Renew

D-050

Propulsion Shafting; Remove, Inspect, and Reinstall

ANTICIPATED PERIOD OF PERFORMANCE:

January 27, 2026 through April 07, 2026 (Subject to change at the discretion of the Government). 70 calendar days period of performance.

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 POC listed in the Sam.Gov announcement with the following information/documentation: Jerrod Gonzales @ Jerrod.a.gonzales@uscg.gov and Sandra Martinez @ sandra.a.martinez@uscg.mil no later than 0800 PST September 1, 2025 with all of the following information/documentation:

1. Name of Company, Address 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: Please provide the following documentation as it applies to your company.
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 SDVOSB 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 VOSB 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 (WOSB) 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 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 at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (OCT 2018). SAM can be obtained by accessing the internet at https://www.sam.gov/SAM/ 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 making a decision on whether or how to set aside a solicitation for restricted competition.

Background
This Sources Sought Notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, located in Alameda, CA. The purpose of this notice is to identify sources capable of providing dry dock maintenance for the USCGC MALLET (WLIC 75304) and USCG BARGE (84002) for FY26.

The USCGC MALLET is a 75' inland construction tender class vessel home-ported in Corpus Christi, TX. The agency's mission includes maintaining operational readiness and ensuring the safety and effectiveness of its vessels.

Work Details
The contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and other items necessary to perform dry dock maintenance on the U.S. Coast Guard Cutter.

The work list includes but is not limited to: tank cleaning; potable water/sewage/greywater piping cleaning and repairs; inspection and servicing of spud winches; exterior deck preservation; underwater body and plating preservation/renewal; propulsion inspection and repair.

Specific tasks include: Hull Plating inspections (ultrasonic testing), preservation of underwater body components, inspection and servicing of propulsion shaft components, cleaning and inspecting tanks (fuel service and potable water), preserving voids and appendages, supporting sea trial performance, and various repairs on the barge including superstructure plating repair and renewing mechanical components.

Period of Performance
January 27, 2026 through April 07, 2026 (70 calendar days).

Place of Performance
The work will be performed at locations designated by the U.S. Coast Guard.

Overview

Response Deadline
Sept. 1, 2025, 11:00 a.m. EDT Past Due
Posted
Aug. 14, 2025, 12:17 p.m. EDT
Set Aside
None
Place of Performance
Corpus Christi, TX 78402 United States
Source

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
20%
On 8/14/25 Surface Forces Logistics Center issued Sources Sought 70Z08526PR250020615 for USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26 due 9/1/25. The opportunity was issued full & open with NAICS 336611 and PSC J998.
Primary Contact
Name
Jerrod Gonzales   Profile
Phone
(510) 437-5416

Secondary Contact

Name
SANDRA MARTINEZ   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
POC Jerrod Gonzales Profile jerrod.a.gonzales@uscg.gov None

Documents

Posted documents for Sources Sought 70Z08526PR250020615

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 70Z08526PR250020615

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 70Z08526PR250020615

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 70Z08526PR250020615

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
Aug. 14, 2025
Last Updated By
sandra.a.martinez@uscg.mil
Archive Date
Sept. 16, 2025