Opportunity
SAM #52000QR260024774
USCGC VIGOROUS MK38 Gun Mount Foundation Renewal and Repair
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
May 11, 2026
Respond By
May 14, 2026
Identifier
52000QR260024774
NAICS
336611
This opportunity is for the repair and renewal of the MK 38 gun mount foundation on the USCGC VIGOROUS: - Government Buyer: - Department of Homeland Security, U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Procurement Branch 1 - Contracting office located in Norfolk, VA - Products/Services Requested: - Renewal of the MK 38 gun mount foundation and associated brackets/gussets - Includes removal of existing gussets, fabrication and installation of a new steel foundation ring and brackets, leveling to precise tolerances, boundary and operational testing, and touch-up preservation - All work must comply with Coast Guard and NAVSEA technical drawings and SFLC standard specifications - OEMs and Vendors: - No specific OEMs or part numbers are mentioned; work references Coast Guard and NAVSEA drawings - Unique/Notable Requirements: - All contractor personnel must have REAL ID-compliant identification for base access - Opportunity is set aside for small businesses under NAICS 336611 (Ship Building and Repairing) - Place of performance is onboard the USCGC VIGOROUS in Portsmouth, VA - Place of Performance: - USCGC VIGOROUS, 4000 Coast Guard Blvd, Portsmouth, VA 23703 - Period of Performance: - Primary: 18 May 2026 through 29 May 2026 - Secondary: 25 May 2026 through 5 June 2026
Description
52000QR260024774 USCGC VIGOROUS MK38 GUN MOUNT REPAIR
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 52000QR260024774 USCGC VIGOROUS MK38 GUN MOUNT REPAIR
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 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:
ITEM 1: MK 38 Foundation, Renew
1. SCOPE
1.1 Intent. This work item describes the requirements for the Contractor to renew the designated MK38 Gun foundation and associated brackets on the forward 01 deck.
1.2 Government-furnished property.
None.
2. REFERENCES
Coast Guard Drawings
Coast Guard Drawing 627 WMEC 136-001, Rev G, 01, 02 & Bridge Deck Plating & Supports
Coast Guard Drawing 627 WMEC 187-001, Rev C, MK 38/25 MM Gun Instl Fdn &Wkg Platform
Coast Guard Publications
Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements
Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2022, Welding and Allied Processes
Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures
Other References
NAVSEA Drawing 6086267, Rev B, Foundation
3. REQUIREMENTS
3.1 General.
3.1.1 CIR.
None.
3.1.2 Tech Rep.
Not applicable.
3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, (Vessel component, space, and equipment protection).
3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, (Interferences). Known interferences include, but are not limited to the following:
-Non-skid deck covering -Aluminum grating -MK 38 Gun -Overhead Insulation -Berthing racks -Ventilation -Piping -Wiring
3.2 Removal. The Contractor must crop and remove the existing gussets on MK 38 foundation and gun mounting ring as designated by the Coast Guard Inspector and as shown on Coast Guard Drawing 627 WMEC 187-001.
3.2.1 Use existing foundation to template ship’s configuration.
3.3 Fabrication. The Contractor must fabricate new steel MK 38 foundation ring and brackets/gussets in accordance with Plan View 23-E and Plan View 20-E of Coast Guard Drawing 627 WMEC 187-001.
3.4 Installation. The Contractor must install new MK 38 foundation ring and brackets/gussets as designated by the Coast Guard Inspector using templated ship’s configuration and Coast Guard Drawings 627 WMEC 187-001 and 627 WMEC 136-001.
3.5 Leveling. The Contractor must level new MK 38 foundation ring to a flatness tolerance of 0.03 inches in accordance with NAVSEA Drawing 6086267.
3.6 Boundary test, generic. The Contractor must verify the integrity of all boundaries affected by this work item using one of the methods described in SFLC Std Spec 0740, Appendix C. Submit a CFR.
NOTE:
Coast Guard personnel will operate all shipboard machinery and equipment.
3.7 Operational test, post repairs. After completion of work, the Contractor must thoroughly test, in the presence of the Coast Guard Inspector and demonstrate all items or shipboard devices that have been disturbed, used, repaired, altered, or installed to be in satisfactory operating condition. Submit a CFR.
3.8 Touch-up preservation. The Contractor must prepare and coat all new and disturbed surfaces to match existing adjacent surfaces in accordance with SFLC Std Spec 6310, (Touch-ups and minor coating repairs).
4. PLACE OF PERFORMANCE:
The primary place of performance shall be onboard the USCGC VIGOROUS, located at the below address:
CGC VIGOROUS
4000 Coast Guard Blvd
Portsmouth, VA 23703
5. PERIOD OF PERFORAMNCE
Primary: 18 May 2026 through 29 May 2026
Secondary: 25 May 2026 through 5 June 2026
6. NOTES
This section is not applicable to this work item
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.
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 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:
(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 14 MAY , 2026 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Hoy, Sean W CWO-2 USCG SFLC (USA) and Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil and Sean.W.Hoy@uscg.mil.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer,Hoy, Sean W CWO-2 USCG SFLC (USA) and Ford, T S PO1 USCG SFLC (USA) at email address Sean.W.Hoy@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).