***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.