Opportunity
SAM #52000QR260024470
USCGC THETIS Mobile Crane Services for MK75 Gun Mount and Antenna Removal/Installation
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
April 29, 2026
Respond By
April 30, 2026
Identifier
52000QR260024470
NAICS
336611, 488390
The U.S. Coast Guard is seeking mobile crane and rigging services to support the removal and installation of major equipment on the USCGC THETIS (WMEC-910) at Sector Key West, Florida. - Government Buyer: - U.S. Coast Guard, Surface Force Logistics Center (SFLC) Procurement Branch 1 - Place of performance: CG Sector Key West, FL, pier D1, alongside USCGC THETIS - Products/Services Requested: - Mobile crane and rigging services for lifting, removing, and installing: - MK75 Gun Mount (approx. 20,000 lbs) - MK53 Combined Antenna System (approx. 1,200 lbs) - Associated special tools and equipment - Lifting capacity required: up to 35,000 lbs - Contractor must provide all personal protective equipment and protective coverings to prevent contamination of non-affected vessel components - All work must comply with contamination control and safety requirements - Unique/Notable Requirements: - All work is to be performed at the specified pier in Key West, FL - Contractor must be ready to commence work at 0800 each scheduled day - No specific OEMs or part numbers are specified in the solicitation - Procurement is a total small business set-aside under NAICS 336611 (Ship Building and Repairing)
Description
52000QR260024470 USCGC THETIS CRANE OPS 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 52000QR260024470 USCGC THETIS CRANE OPS. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611 - Ship Building and Repairing. 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 STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUESTS THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: The contractor shall 52000QR260024470 USCGC THETIS CRANE OPS MK75 GUN MOUNT REMOVAL AND INSTALLATION #PR 52000PR260024470 1. SCOPE 1.1 Intent. This work item describes the requirements for the contractor to provide mobile crane services for the removal and installation of Coast Guard / NAVY equipment from CGC THETIS (WMEC-910) at CG SECTOR Key West, FL pier D1 as requested and directed by on-scene Coast Guard personnel. 1.2 Government-furnished property. None 2. REFERENCES Coast Guard Drawings None Coast Guard Publications Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2014, General Requirements Other References None 3. REQUIREMENTS 3.1 General. Contractor must be able to safely and securely set up in front of (bow) a 270 foot Medium Endurance Coast Guard Cutter (WMEC-910/ CGC THETIS) located at Sector Key West, FL and be able to lift approximately 35,000 lbs across the beam of the ship from the delivery truck located on the pier (~28 feet above water line) to the center line of the ship and back again, providing crane and rigging services to onboard Coast Guard personnel. REACH REQUIREMENTS: MK75 Gun Mount (20,000 lbs) is mounted centerline of the cutter approximately 19 feet at frame 32. Bow to center of gun is 43 feet. Fenders are of various sizes 3-6 feet. Beam of ship is approximately 38 feet wide. Clearance above water line is approximately 28 feet over stanchions and guard rails. MK53 Combined Antenna System (1200 lbs) is mounted centerline atop the pilot house approximately 60 feet high. The contractor shall be on scene and ready to commence work at 0800 based on the following 2-day schedule: 07 May 2026 - Thursday: (0800-1600) 8 hours Removal of Government Furnished Equipment from contracted transportation and placement in the staging area. 12 May 2026 - Tuesday: (0800-1600) 8 hours Removal of MK75 Gun Weapon System and MK53 Combined Antenna System - No installation/replacement of equipment. Request crane service for MK75 lift (20,000 lbs with lifting fixture). Request base crane from 0800-1600 for MK53 Combined Antenna System. Assorted lifting of equipment to facilitate over-the-road transportation. Max lift approximately 35,000 lbs (Fixture, Gun system, and Transportation Stand). Load contracted truck with MK75 gun mount, MK53 radar system, and required Special Tools and Equipment (STE). The requirements are to arrive on time daily and to set up where directed pier side of CGC THETIS (WMEC-910) at Sector Key West, BERTH D1. The highest loads are from the ship’s 03 deck, requiring the lifting of the ship’s fire control radar (behind the pilot house) and lowering it to the pier. 3.1.1 CIR. None. 3.1.2 Tech Rep. Not applicable. 3.1.3 Protective measures. The contractor shall furnish and utilize all personal protective equipment for contract workers in the vicinity of crane operations. The contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion, all protective measures shall be removed, and the area inspected for contamination, restoring all equipment, components, and spaces to original cleanliness. 3.1.4 Interferences. The contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). 3.2 Clean and inspect. Not applicable. 3.3.1 Wipe up all excess grease. 4. NOTES NOTE Coast Guard personnel will operate all shipboard machinery and equipment. Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown in accordance with the Statement of Work (SOW) for technical review. Vendors shall provide a detailed cost breakdown including all specifications for review by a technical representative. 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 issuing a PO to each offeror based on the lowest quotation on each item. As stated below, the provision at FAR 52.212-2 - Evaluation of 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, considering price and other factors. Please Note: Interested Offerors with the required expertise are invited to submit a Firm Fixed Price quotation in conjunction with the attached statement of work. 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 30 April 2026 at 10 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to the Contracting Officer, Miller, Joshua N PO2 USCG SFLC (USA), and Ford, T S PO1 USCG SFLC (USA) at email addresses Timothy.S.Ford@uscg.mil and Joshua.N.Miller@uscg.mil. Any questions or concerns regarding this RFQ should be forwarded to the Contracting Officer, Miller, Joshua N PO2 USCG SFLC (USA), and Ford, T S PO1 USCG SFLC (USA), at the same email addresses. 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 considering specification, price, past performance, and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024), including Alt I (Nov 2021). Offerors shall complete annual representations and certifications electronically via SAM at 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 can be accessed at https://acquisition.gov. FAR 52.204-7 – System for Award Management (Nov 2024). Contractors must be registered in SAM with their UEI number. Registration can be obtained at https://www.sam.gov, and UEI numbers at https://www.dnb.com. The following clauses, and others as directed by the Contracting Officer, shall apply to this contract: FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2025) (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) FAR 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 at https://www.sam.gov prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.