Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    52000QR260023535 USCGC BEAR BALLAST TANK CLEANING

    Sol. 52000QR260023535Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)NORFOLK, VA
    Closed
    STATUS
    Closed
    closed Mar 12, 2026
    POSTED
    Mar 4, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J020
    Product & service classification

    AI Summary

    The US Coast Guard is seeking a contractor for the cleaning and disposal of contents from three ballast tanks on the USCGC Bear. This opportunity is a Request for Quote and falls under FAR Part 13 Simplified Acquisition Procedures. Interested vendors must submit their quotes by March 12, 2026, including a detailed cost breakdown and compliance with environmental regulations.

    Contract details

    Solicitation No.
    52000QR260023535
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    March 4, 2026
    Response Deadline
    March 12, 2026
    NAICS Code
    336611AI guide
    PSC / Class Code
    J020
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Timothy ford
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    service

    Description

    52000QR260023535 USCGC BEAR BALLAST TANK CLEANING

    INTENT: Contractor will need to drain, clean and dispose of contents from 03 Ballast tanks.

    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 52000QR260023535 USCGC BEAR BALLAST TANK CLEANING

     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 STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

    The contractor shall provide 52000QR260023535 USCGC BEAR BALLAST TANK CLEANING

    Statement of Work (SOW)

    For repairs to USCGC BEAR-BALLAST TANK CLEANING

    1. Background and Current Observed Issues

    CGC BEAR following Ballast tanks needs to be drained and cleaned to conduct a tank inspection for

    BEAR upcoming Dry Dock project.

    2. REFERENCES

    DRAWING - 901-WMEC_529-001 BALLASTING & EMER BILGE DRAINAGE SYS DIAGRAM

    ASTM International (ASTM) D1330, 2015, Standard Specification for Rubber Sheet Gaskets

    3. REQUIREMENTS

    Contractor will need to drain, clean and dispose of contents from 03 Ballast tanks. The ballast tanks

    are 4-242-0-W, 4-228-1-W and 4-228-2-W. The 4-242-0-W contains approx. 300 gallons of seawater,

    4-228-1-W contains approx. 300 gallons of seawater & gray water, 4-228-2-W contains approx. 300

    gallons of seawater & grey water. Contractor will need to provide a Marine Chemist to gas free the 3

    ballast tanks, hardware & gasket for the tank covers, air compressor and tanks for storing/disposal of

    fluids from and used to clean the 3 ballast tanks.

    Content removal. The Contractor must remove access cover(s); remove and dispose of all fluids

    and/or residues in accordance with all applicable Federal, state, and local regulations. Plug all inlet

    and outlet piping in the tank to prevent contaminants from entering the tank. Use plugs with an

    attached lanyard, ring or other system that will ensure plugs are not lost in the pipe openings.

    Maintain a plug accountability log outside the tank(s) to prevent any of the installed temporary plugs

    from being lost inside the tank or forgotten inside at tank closure.

    Cleaning. The Contractor must clean the designated structure’s interior surfaces free of all foreign

    materials, such as sediment, sludge and fungal growth. Remove all persistent residues, taking care not

    to damage the tank coating system. Remove cleaning media and residues continuously from the

    compartment during the washing process. Remove any residual wash media and wipe up residual

    moisture with clean lint-free cloths. Collect, contain, and dispose of all wash media, residues, and

    cleaning materials in accordance with all Federal, state, and local regulations. The Contractor must

    refer to Coast Guard Drawing 901 WMEC 529-001 for guidance.

    Closing. The Contractor must ensure that the compartment(s) remain open for at least 24 hours after

    completion of any KO-authorized tank repairs and preservation. Notify the COR at least 24 hours

    prior to closing the compartment(s) and ensure tank closure is accomplished in the presence of the

    Coast Guard Inspector. After satisfactory inspection by the Coast Guard Inspector, and completion of

    all authorized repairs, close the manhole cover(s) with new gasket material conforming to ASTM

    D1330.

    4. PERIOD OF PERFORMANCE

    The period of the performance will be 23-28MAR2026.

    5. PLACE OF PERFORMANCE

    The primary place of performance shall be at CGC BEAR location below address:

    CGC BEAR

    4000 COAST GUARD BLVD

    PORTSMOUTH, VA 23703-2135

    (757) 483-8700

    Contracting Officer Technical Representative (COR):

    LT Emily A Dow, EO

    Ship: (757) 483-8700 ext 222

    Cell: (410) 977-4152

    Email: Emily.A.Dow@uscg.mil

    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 12 March 2026 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Joshua Miller and  Tim Ford 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, Joshua Miller and Tim Ford 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).

    Key dates

    1. March 4, 2026Posted Date
    2. March 12, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    52000QR260023535 USCGC BEAR BALLAST TANK CLEANING is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.