Opportunity

SAM #52000RFQ260024256

USCGC Northland Flight Deck Preservation and Helo Talon Grid Inspection Services

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

April 21, 2026

Respond By

May 22, 2026

Identifier

52000RFQ260024256

NAICS

336611

This opportunity involves depot-level maintenance and preservation services for the USCGC Northland's flight deck and helicopter operating areas, with a focus on the inspection and testing of Helo Talon Grids. - Government Buyer: - U.S. Coast Guard, Surface Force Logistics Center (SFLC) Procurement Branch 1, Norfolk, VA - OEMs and Vendors: - No specific OEMs or commercial manufacturers are named; government-furnished property includes NSN-specified fasteners and bolts - Products/Services Requested: - Preservation and coating of flight deck and helicopter operating areas - Inspection and testing of Helo Talon Grids, including substrate inspection, coating application, non-skid surface texture verification, and operational testing - Use of government-furnished fasteners and bolts (NSN 5305-01-393-1827, 5305-01-584-6095, 5340-01-481-3786, 5310-01-598-3243) - Compliance with SFLC Standard Specifications and MIL-PRF-24667 coating systems - Deliverables include weekly progress reports, condition found reports, test and inspection reports, and a final comprehensive report - Unique or Notable Requirements: - Work must be performed at the USCGC Northland in Portsmouth, VA - Certification authority for flight deck aviation facilities is the Naval Air Warfare Center Aircraft Division Lakehurst - Environmental compliance and quality assurance are required - Small business set-aside under NAICS 336611 - Contractors must be registered in SAM.gov and provide detailed cost breakdowns and warranty information

Description

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 52000RFQ260024256. This number is for tracking purposes only. 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.

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 UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUESTS THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

The contractor shall provide CGC NORTHLAND Decks, Helicopter Operating Areas, Preserve & Helo Talon Grid, Inspect and test project.

A. REQUIREMENT: The contractor shall provide Services IAW attached Specifications and SOW. 1 JB Location of Performance (FBO Destination) CGC NORTHLAND 4000 COAST GUARD BLVD PORTSMOUTH, VA 23703 REQUIRED PERIOD OF PERFORMANCE: 29 JUN 2026 - 19 JUL 2026

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 representative. Firm Fixed Price proposals shall be detailed and include information from the SOW demonstrating an understanding of all the requirements in the SOW.

By submission of 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. Technical capability shall be evaluated on the company's ability to meet all requirements of this solicitation, based upon 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. Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement. Contracts may include those entered into by the Federal Government, state and local governments, and commercial customers. The company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services. References other than those provided by the company may be contacted by the Government 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 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.

Please provide any warranty information. 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 provides the best value to the Government, considering price and other factors.

Please Note: Interested offerors with the required expertise are invited to submit a firm fixed price quotation for consideration. Quotations must be submitted on company letterhead and include:

Cost Breakdown Unit Cost Extended Price Total Price Payment Terms Discount for prompt payment Company Unique Entity ID (UEI) and Cage Code

Quotes must be received no later than 22 May 2026 at 4:00 P.M. EST. Send quotes via email to Ms. Jackie Handley at: Jacqueline.D.Handley@uscg.mil and cc the Contracting Officer, SKC Patricia Fremming at: Patricia.M.Fremming@uscg.mil.

Any questions or concerns regarding this RFQ must be sent to Ms. Jackie Handley at the email address above, with a deadline of 21 May 2026 @ 4:00 PM EST.

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 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). Complete electronically via SAM at https://www.sam.gov. 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 - Commercial Items (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 this 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 Claim (Oct 2004)

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

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

This solicitation includes FAR Clause 52.204-7 and FAR Provision 52.204-8. Contractors shall complete annual representations and certifications electronically via SAM at https://www.sam.gov prior to submitting a quote. Ensure completion of these certifications as required.

View original listing