Opportunity

SAM #70Z08526Q0023743

Officer Stateroom Berthing Materials for USCG WTGB Cutters

Buyer

USCG Surface Forces Logistics Center Procurement Branch 2

Posted

March 26, 2026

Respond By

April 06, 2026

Identifier

70Z08526Q0023743

NAICS

337127

The U.S. Coast Guard is seeking materials to support officer stateroom modifications on four WTGB-class cutters. - Government Buyer: - U.S. Coast Guard Deputy Commandant for Systems (DCS), Surface Forces Logistics Center (SFLC) Procurement Branch 2 - Point of contact: LTJG Kevin Y. Colon - Scope of Procurement: - Officer stateroom berthing materials for USCGC STURGEON BAY, USCGC BISCAYNE BAY, USCGC THUNDER BAY, and USCGC MORRO BAY - Main products include: - Single officer beds - Bed sub bases - Mattresses - Materials for installation of berthing racks (per Coast Guard Drawing 140-WTGB_641-2-1) - OEMs and Vendors: - No specific OEMs or vendors are named; offerors must provide manufacturer details, specifications, and part numbers to demonstrate technical acceptability - Unique Requirements: - Offerors must submit descriptive information and technical specifications for all proposed products - Tracking information for shipments must be provided within 48 hours - Delivery required within 90 days of contract award - Acquisition is set aside for small businesses under NAICS code 337127 - Delivery Locations: - CGC Sturgeon Bay Homeport, 85 Port Terminal Blvd, slip 3, Bayonne, NJ - CGC Biscayne Bay Homeport, 1075 Huron St., St. Ignace, MI 49781-1899 - CGC Thunder Bay Homeport, 54 Tilson Ave., Rockland, ME 04841 - CGC Morro Bay Homeport, 1055 E 9th St., Cleveland, OH

Description

The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation.

This requirement consists of providing officer stateroom berthing items in support of the officer stateroom modification for USCGC STURGEON BAY, USCGC BISCAYNE BAY, USCGC THUNDER BAY, and USCGC MORRO BAY. The supplies include, but are not limited to, single officer beds, sub bases, and mattresses. The Government will require delivery to Bayonne, NJ; St. Ignace, MI; Rockland, ME; and Cleveland, OH.

The required delivery date is 90 days after contract award.

This acquisition is a total small business set-aside under NAICS code 337127, with a corresponding small business size standard of 500 employees. The applicable Product Service Code (PSC) is 2090.

The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical acceptability and past performance, including the offeror’s demonstrated ability to provide supplies of similar type and complexity.

The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.

Offerors shall identify any subcontractors proposed to perform major or critical aspects of the requirement, including but not limited to manufacturing, sourcing, assembly, or fulfillment of the supplies. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed supplies. The Government will evaluate qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.

Offerors are encouraged to submit sufficient descriptive information to demonstrate that the offered supplies meet the requirements of the solicitation. This may include product descriptions, specifications, part numbers, manufacturer information, or other documentation necessary to establish technical acceptability.

Offerors are responsible for ensuring that the supplies offered are correct, complete, and compatible with the Government’s requirements. The Government may consider the offeror’s demonstrated understanding of the supplies and ability to reliably source and deliver the required items as part of the evaluation of technical acceptability and past performance. Failure to provide correct supplies or inability to fulfill the requirement after award may render the offeror ineligible for award or subject to termination.

Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific quotation format. Offerors must submit a quotation that clearly identifies the supplies offered and demonstrates compliance with the stated requirements. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.

Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with providing the supplies, including but not limited to manufacturing, packaging, handling, transportation, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees. This will be a firm-fixed-price contract.

The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.

Submit all questions via email to the points of contact identified in this notice. The Government will not accept telephone inquiries.

View original listing