Opportunity
SAM #52000QR260002936
USCGC RESOLUTE and DILIGENCE Insulation Renewal Services Solicitation
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
April 06, 2026
Respond By
May 04, 2026
Identifier
52000QR260002936
NAICS
336611, 238310
This opportunity involves insulation renewal services for the US Coast Guard Cutter RESOLUTE, with related work items referencing similar requirements for the Cutter DILIGENCE. - Government Buyer: - U.S. Coast Guard, Surface Force Logistics Center (SFLC) Procurement Branch 1 - Coast Guard Sector Saint Petersburg - OEMs and Vendors: - No specific OEMs or commercial vendors are named; insulation materials must meet MIL-PRF-32514, ASTM C534, and MIL-DTL-32585 Type I standards. - Products/Services Requested: - Removal and installation of approximately 233 linear feet of anti-sweat piping insulation and 220 square feet of bulkhead/overhead insulation aboard USCGC RESOLUTE - Pre-formed anti-sweat elastomeric foam insulation (per MIL-PRF-32514, ASTM C534) - Fiberous glass cloth-faced board thermal insulation (MIL-DTL-32585 Type I) - Compartment insulation renewal (thermal and acoustic) - Protective measures, surface preparation, preservation painting, and post-repair operational testing - Debris disposal and proper coating of insulation - Unique or Notable Requirements: - All insulation materials must comply with strict military and ASTM specifications - Work must be performed aboard the vessel at Coast Guard Sector Saint Petersburg South Moorings - Site visits are encouraged for accurate proposals - Contractors must provide technical data sheets, warranty information, and a detailed cost breakdown - No government-furnished property is provided - Work hours are Monday through Friday, 08:00 to 20:00, unless otherwise approved - SAM registration is required - Place of Performance: - USCGC RESOLUTE, 1301 Beach Dr SE, St Petersburg, FL 33701 - Contracting office: SFLC PROCUREMENT BRANCH 1, 300 EAST MAIN ST, STE 950, NORFOLK, VA 23510
Description
CGC RESOLUTE Insulation Renewal
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260002936. This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 336611. The small business size standard is 1300. 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 STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:
The contractor shall provide CGC RESOLUTE Insulation Renewal
A. REQUIREMENT:
1. CGC RESOLUTE Insulation. See Attached SOW and Work Items 1 and 2.
2. Location of Performance
CGC RESOLUTE (WMEC 620
1301 Beach Dr SE
St Petersburg, FL 33701
3. REQUIRED PERIOD OF PERFORMANCE: POP 25 May 2026 – 05 June 2026.
Site Visit:
A site visit should be scheduled with the unit POC to provide interested parties with an opportunity to gain a better understanding of the requirements. Site visits must be scheduled and completed prior to 01May. To schedule, please contact LT Logan Sullivan. While participation in a site visit is not mandatory for the submission of a proposal, it is highly encouraged to ensure a comprehensive understanding of the project and its requirements.
Site Visit POC: LT Logan Sullivan, PH# (209) 662-4230
Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.
As stated below, the 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. 2. Vendors MUST be registered in www.sam.gov The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.
Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:
(1) Cost Breakdown
(2) Unit Cost
(3) Extended Price
(4) Total Price
(5) Payment Terms
(6) Discount offered for prompt payment
(7) Company Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than 04 May 2026 at 9 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Mr. Cornelius Claiborne at: Cornelius.N.Claiborne@uscg.mil and carbon copy Contracting Officer, CWO Sean Hoy at Sean.W.Hoy@uscg.mil.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to Mr. Cornelius Claiborne at email address – Cornelius.N.Claiborne@uscg.mil and carbon copy Contracting Officer, CWO Sean Hoy via email Sean.W.Hoy@uscg.mil
The following FAR Clauses and Provisions apply to this acquisition:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) 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 2025) to include Alt I (Feb 2024). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov. FAR 52.204-7 – System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.
The following clauses, and others as directed 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 (Jan2025) (E.O.13126). FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).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)
NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.
*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, System for Award Management 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 via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).