Opportunity

SAM #11511RFQ260000151

USCGC Forward Ventilation System Cleaning and Inspection Services

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

April 17, 2026

Respond By

April 22, 2026

Identifier

11511RFQ260000151

NAICS

336611, 561790, 488390

This opportunity involves depot-level cleaning and inspection services for the ventilation systems aboard the USCGC Forward, a Medium Endurance Cutter, managed by the US Coast Guard Surface Forces Logistics Center (SFLC) Procurement Branch 1. - Government Buyer: - Department of Homeland Security, US Coast Guard, SFLC Procurement Branch 1 (Norfolk, VA) - Scope of Work: - Ventilation system cleaning, disassembly, inspection, reassembly with new gaskets, protective covering installation, and operational testing - Areas covered: galley and pantry spaces, general ship spaces, and laundry areas - Use of video probe equipment for inspection - Submission of weekly progress reports, condition found reports, test and inspection reports, and a final comprehensive report - Products/Services Requested: - One job (1 JB) of CGC Forward Ventilation Cleaning, in accordance with attached Specifications and Statement of Work (SOW) - No specific OEMs or part numbers identified; work is service-based - Unique Requirements: - Access to controlled technical data - Registration in SAM.gov - Compliance with Coast Guard drawings and SFLC Standard Specification 5100 - Protective measures to prevent contamination during cleaning - Demonstrated technical capability and relevant past performance - Set Aside: - Total small business set aside under NAICS code 336611 - Place of Performance: - CGC FORWARD, 4000 Coast Guard Blvd, Portsmouth, VA 23703

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information in this notice. This solicitation is issued as a Request for Quote (RFQ) Number 11511RFQ260000151. The number is for tracking purposes only. The 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 1,300. This is a total small business set-aside; all responsible small business sources may submit proposals for consideration. 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. This solicitation is issued with a shortened response time in accordance with FAR 5.203, due to mission requirements and the required period of performance start date.

The Government has determined that the response time provided affords a reasonable opportunity for competition, considering prior notice of this requirement and the availability of interested vendors.

No further extensions to the solicitation closing date are anticipated.

Offerors are responsible for ensuring they meet all solicitation requirements, including obtaining access to all referenced documents and controlled technical data, where applicable, prior to proposal submission. Offerors are also responsible for ensuring any subcontractors possess the necessary certifications and access to perform the work.

The Government will not be responsible for delays or inability to obtain required certifications, registrations, or access to controlled technical data.

Offerors are encouraged to pursue Joint Certification Program (JCP) registration in advance of future opportunities involving controlled technical data.

The attached Questions and Answers document is incorporated into this solicitation and forms part of the requirement. Offerors are responsible for reviewing and incorporating all provided clarifications into their proposals.

THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER requests the contractors to provide pricing for the following requirement:

The contractor shall provide CGC FORWARD Ventilation Cleaning.

A. REQUIREMENT:

The contractor shall provide services in accordance with the attached Specifications and SOW. 1 JB Location of Performance (FBO Destination): CGC FORWARD 4000 COAST GUARD BLVD PORTSMOUTH, VA 23703 REQUIRED PERIOD OF PERFORMANCE: POP 27 April 2026 – 22 May 2026

Interested vendors shall provide product/service details, Product Data Sheet, and cost breakdown in accordance with the SOW for technical review. Vendors shall provide a detailed cost breakdown to include all specifications for review by a technical representative. Firm fixed-price proposals shall be detailed and include information from the SOW demonstrating an understanding of all requirements.

By submitting an offer, the offeror certifies that it and any proposed subcontractors have obtained and reviewed all referenced documents, including controlled technical data where applicable, and have based their proposal on a complete understanding of the requirements. Failure to obtain such access will not be considered a basis for post-award equitable adjustment.

Evaluation Award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a Best Value basis, utilizing the following technical, price, and price-related factors: Technical Capability: Evaluated on the company's ability to meet all requirements of this solicitation, based on the attached Scope of Work and access to required drawings and specifications needed to repair the items. The Government will evaluate proposals for technical acceptability, including the offeror’s demonstrated understanding of the full scope of work. The Government may determine an offer technically unacceptable if the offeror fails to demonstrate adequate understanding of the requirement, including failure to account for all referenced documents and controlled technical data. Past Performance: Evaluated based on previous contracts completed during the past three years or currently in process for the same type of services. Contracts may include those entered into by the Federal Government, state and local agencies, and commercial customers. The company shall include past performance information for any major subcontractor to be utilized during performance, relevant to the scope of work. At least three (3) contracts completed or in process within the past three years must be provided. The Government may contact references other than those provided to obtain additional information. The Government may waive the submission of past performance information if adequate data already exists on file.

NOTE: The USCG/Government reserves the right to award on an all-or-none basis, meaning the Purchase Order may be issued to the lowest-priced offeror for the entire requirement rather than to multiple offerors for individual items.

As per FAR 52.212-2, evaluation criteria include: Technical capability Price Past performance Other factors as specified in the solicitation

The purchase order will be awarded as a firm-fixed-price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

Additional Submission Requirements Please provide any warranty information. Vendors MUST be registered in www.sam.gov.

The USCG/Government intends to award a purchase order to the responsible contractor whose quote conforms to the solicitation and is most advantageous and provides the best value to the Government, considering price and other factors.

Interested offerors are invited to submit a firm-fixed-price quotation, which must include: Cost breakdown Unit cost Extended price Total price Payment terms Prompt payment discount Company Unique Entity ID (UEI) and CAGE code

Quotes must be received no later than 22 April 2026 at 3:00 P.M. EST. Email quotes are acceptable and should be sent to: SK1 Kyler Madison at Kyler.D.Madison@uscg.mil and carbon copy to Contracting Officer, SKC Patricia Fremming at Patricia.M.Fremming@uscg.mil

Questions or concerns regarding the RFQ should be directed to SK1 Kyler Madison and copied to the Contracting Officer. All questions must be submitted by 21 April 2026 at 4:00 PM EST.

Applicable FAR Clauses and Provisions FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021): Award based on best value considering specifications, price, past performance, and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2025), including Alt I (Feb 2024). Must be completed electronically via SAM. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Nov 2023) with addenda. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2025) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998): Available at https://acquisition.gov FAR 52.204-7 - System for Award Management (Nov 2024): Contractors must be registered in SAM with their UEI number.

Additional clauses applicable to the contract include: FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2025) FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) FAR 52.225-1 - Buy American Supplies (Oct 2022) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 - Payment by Electronic Funds Transfer (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract (Oct 2004)

Note: Please review the attached FAR Clause Matrix for all clauses applicable to this requirement.

Notice to Offerors on Certifications This solicitation includes FAR Clause 52.204-7 and FAR Provision 52.204-8. Prospective contractors must complete electronic annual representations and certifications via SAM at https://www.sam.gov prior to submitting a quote. Ensure completion before submission. Additional provisions may be required based on updates to SAM or other regulations.

View original listing