Opportunity

SAM #52000QR260024615

USCGC VIGOROUS HF Antenna Mount Foundation Replacement and Installation

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

April 29, 2026

Respond By

May 07, 2026

Identifier

52000QR260024615

NAICS

336611, 238190, 332312

The U.S. Coast Guard is seeking a contractor to remove and replace the corroded HF antenna mount foundation on the USCGC VIGOROUS in Portsmouth, VA. - Government Buyer: - U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Procurement Branch 1 - Products/Services Requested: - Removal of existing corroded HF antenna mount foundation - Fabrication, installation, and coating of a new HF antenna mount - Deck inspection and repair - Management and restoration of interferences in the Commanding Officer’s Cabin - Welding in accordance with SFLC Specification 0740 - Coating application per SFLC SS 6310 - Provision of two fire watchstanders during welding operations - Quantities: - Two fire watchstanders required during welding - Unique/Notable Requirements: - All labor, materials, and equipment must be provided by the contractor - Compliance with REAL ID access credentials for personnel - Strict adherence to government-provided technical specifications (SFLC standards) - Work to be performed onboard the CGC VIGOROUS at a federal facility in Portsmouth, VA - Set aside for small businesses under NAICS 336611 (Ship Building and Repairing) - No specific OEMs or commercial vendors are named in the solicitation

Description

52000QR260024615 USCGC VIGOROUS ANTENNA BASE FABRICATION

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 52000QR260024615 USCGC VIGOROUS ANTENNA BASE FABRICATION.

 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 REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

The contractor shall 52000QR260024615 USCGC VIGOROUS ANTENNA BASE FABRICATION.

Statement of Work (SOW)

USCGC VIGOROUS DISCREP 26014 Antenna Base

Background and Current Observed Issues

The existing HF antenna mount foundation on the mortar deck of the USCGC VIGOROUS is heavily corroded and structurally unsound, requiring complete replacement. The degradation of the mount, as documented in the provided photographs, compromises the operational readiness and safety of the antenna system. A qualified contractor is required to fabricate and install a new foundation.

Objectives

The objective of this SOW is to remove the existing, deteriorated antenna foundation and to fabricate, install, and coat a new HF Antenna Mount. The work must be performed in accordance with all referenced specifications to restore the system to full operational condition.

Scope of Work

The Contractor shall provide all labor, materials, and equipment to perform the following tasks:

3.1 Foundation Removal: Crop the existing welded foundation from the mortar deck. 3.2 Interference Management: Remove all interferences in the Commanding Officer’s Cabin, including but not limited to insulation, ceiling tiles, and wire runs as applicable to access the work area. 3.3 Deck Inspection and Repair: Inspect the decking beneath the old foundation and install a doubler plate if necessary to ensure a sound base for the new installation. 3.4 Fabrication and Installation: Fabricate and install a new HF Antenna Mount as specified (referenced as the red-colored foundation in photos). All welding must be done in accordance with SFLC Specification 0740. 3.5 Coating: Apply Coating System in accordance with SFLC SS 6310. 3.6 Restoration: Reinstall all interferences that were removed from the Commanding Officer’s Cabin.

Government Furnished Information (GFI)

The following will be made available to the contractor for reference:

SFLC Specification 0740 SFLC SS 6310

The Government (Ship's Force, SF) will be responsible for removing the following interferences prior to the start of work:

HF Antenna Amplifier

Special Requirements Fire Watch: Ship’s Force will provide two fire watch standers between the hours of 0800-1600 daily, in accordance with SFLC SS 0000

Period of Performance Primary: 11 May 2026 through 22 May 2026 Secondary: 25 May 2026 through 5 June 2026

Place of Performance The primary place of performance shall be onboard the CGC VIGOROUS, located at the below address: CGC VIGOROUS 4000 Coast Guard Blvd Portsmouth, VA 23703

Security Requirements All contractor personnel requiring access to the place of performance in order to perform work under this contract must possess a valid-state issued REAL ID-compliant driver’s license or identification card, or an acceptable alternative form of identification as defined by the Department of Homeland Security (DHS) https://www.dhs.gov/real-id. It is the contractor’s responsibility to ensure that all personnel are properly credentialed to gain base access. Failure to comply with access requirements may result in delays to performance and will not constitute an excusable delay.

Government Points of Contact (POC) Vessel POC (for on-site access and scheduling): Engineer Officer LT Drew Daniels 860 532 5920

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.

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, considering price and other factors.

Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation in conjunction with attached statement of work that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:

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

Quotes must be received no later than 07 MAY, 2026 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Miller, Joshua N PO2 USCG SFLC (USA) and Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil and Joshua.N.Miller@uscg.mil.

Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, Miller, Joshua N PO2 USCG SFLC (USA) and Ford, T S PO1 USCG SFLC (USA) at email address Joshua.N.Miller@uscg.mil and Timothy.S.Ford@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 (May 2024) to include Alt I (Nov 2021). 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).

View original listing