Opportunity

SAM #52000PR260024929

USCGC Sockeye Engine Removal and Reinstallation – Crane and Rigging Services

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

May 11, 2026

Respond By

May 15, 2026

Identifier

52000PR260024929

NAICS

336611, 238910, 238990

The US Coast Guard Sector San Francisco is seeking specialized crane and rigging services to support the removal and reinstallation of two MTU 8v396 engines on the USCGC Sockeye. - Government Buyer: - US Coast Guard, Department of Homeland Security - Sector San Francisco, EPO USCGC Sockeye, and SFLC Procurement Branch 1 - OEMs and Vendors: - MTU (engine manufacturer) - Link-Belt (crane manufacturer) - Hatton Crane & Rigging (crane service provider) - Products/Services Requested: - Mobile crane services for removal and reinstallation of two MTU 8v396 engines (each 13,000 lbs) - Link-Belt HTC-8675 Series II hydraulic truck crane (90' main boom, 38'/64' jib, 150,000 lbs capacity) - Certified crane operator and rigging personnel (NCCCO certified, OSHA/ASME qualified) - 4-point harness and rigging equipment rated for 13,000 lbs - Estimated 16 hours of labor - Lift planning, safety procedures, and job safety analysis - Unique/Notable Requirements: - All personnel must have REAL ID-compliant identification for base access - Strict adherence to safety protocols, including exclusion zones and PPE - Detailed technical review and cost breakdown required from vendors - Crane and operator certifications must be current and compliant with OSHA and ASME standards - Work is subject to pier space availability at the federal facility

Description

52000QR260024929 USCGC SOCKEYE CRANE SERVICES

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 52000QR260024929 USCGC SOCKEYE CRANE SERVICES.

 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:

Scope: This description covers the mobile crane services for the removal and re-installation of both MTU 8V396 engines and all interferences associated. Dates: Estimated timeframe of 05/28/26 to 05/29/26. This is an estimated timeframe; dates could possibly change suddenly, based on pier space availability. Requirements: Capable of lifting 13,000 lb. MTU engines, and running gear. Center Pin radius from center of ship to center of crane is 46’ Provide 4-point harness and rigging equipment that is rated to lift 13,000 lbs. Estimated 16 hours of labor Certified Crane Operator. Destination of work performance: US Coast Guard Sector San Francisco 1 Yerba Buena Island, Yerba Buena Island Northgate Rd, San Francisco, CA 94130 POC: EMC Jonathan Grondin - EPO USCGC Sockeye Cell: (727)-656-8786 Email: Jonathan.a.grondin@uscg.mil COR: MKCS Ernesto Perez – SFLC PBPL AMS1 Cell: 223 267 0945 Email: Ernesto.perez@uscg.mil

*Any questions should be directed to EMC Jonathan Grondin

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, considering price and other factors.

Please note: Interested Offerors having 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 15 May 2026 at 09:00 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 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 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 specifications, 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 are identified in SAM by their UEI number. Registration in SAM is required for payment via EFT. Obtain UEI at https://www.dnb.com and register at https://www.sam.gov.

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 clauses are incorporated by reference; the full clauses are 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. Contractors must complete electronic annual representations and certifications via SAM at https://www.sam.gov before submitting a quote. Paragraph (b) of FAR 52.204-8 applies.

System updates may lag policy updates. SAM may require entities to complete representations based on provisions not included in agency solicitations, such as 52.222-25, 52.212-3(d), 52.212-5, and 52.213-4.

View original listing