Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    52000QR260024410 CGC VIGOROUS- CHAIN LOCKER RENEWAL

    Sol. 52000QR260024410Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)NORFOLK, VA
    Closed
    STATUS
    Closed
    closed Apr 29, 2026
    POSTED
    Apr 25, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J020
    Product & service classification

    AI Summary

    The US Coast Guard is seeking quotations for dockside repair services for the CGC VIGOROUS, specifically for chain locker plating renewal and associated structural repairs. This is a total small business set-aside, and the revised quotations must be submitted by April 29, 2026. The contract will be awarded based on price reasonableness and technical understanding.

    Contract details

    Solicitation No.
    52000QR260024410
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 25, 2026
    Response Deadline
    April 29, 2026
    NAICS Code
    336611AI guide
    PSC / Class Code
    J020
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Nichole Cundiff
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    service

    Description

    CGC VIGOROUS – CHAIN LOCKER PLATING RENEWAL

    Amendment #1

    This is a modification to combined synopsis/solicitation NR  52000QR260024410 for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice.

    The solicitation is being reopened because the Government is currently unable to determine price reasonableness based on the initial submissions. To ensure fair competition and allow the Government to evaluate technical understanding, the solicitation is being modified to request that interested vendors submit a Revised Quotation along with supporting pricing data.

    This announcement constitutes the only solicitation. Quotations are being requested, and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. This is a total small business set-aside; all responsible small business sources may submit quotations 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.

    PURPOSE OF AMENDMENT

    This amendment is issued to:

    • Identify the Government's requirement for additional information to determine price reasonableness.
    • Update the Period of Performance (POP) to 04 May 2026– 06 June 2026.
    • Request interested vendors to submit a Revised Quotation.
    • Request a Pricing Rationale and Level of Effort (LOE) Breakdown (Data Other Than Certified Cost or Pricing Data) to support the Government’s price and technical analysis.

    1. REQUEST FOR REVISED QUOTATIONS

    Because price reasonableness could not be determined from the initial quotes, the Government is requesting that offerors submit a Revised Quotation. This is your opportunity to revise your pricing and/or technical approach, failure to submit a Revised Quotation and the requested pricing breakdown may result in the Government's inability to determine the vendor's price to be fair and reasonable.

    The new closing date for this solicitation is Wednesday, April 29th, 12:00 PM EST. Proposals must be received by this deadline to be considered.

    2. UPDATED PERIOD OF PERFORMANCE (POP)

    The Period of Performance for this requirement has been updated. Offerors shall ensure their revised quotations account for the following dates:

    • Revised POP Start Date: 04 May 2026
    • Revised POP End Date: 06 June 2026

    3. PRICING RATIONALE AND LEVEL OF EFFORT (LOE) BREAKDOWN REQUIREMENTS

    To support the Government’s determination of price reasonableness in accordance with FAR 13.106-3, offerors shall provide a Pricing Rationale and Level of Effort (LOE) Breakdown with sufficient detail to explain how their proposed pricing was developed. This is considered Data Other Than Certified Cost or Pricing Data; certified cost or pricing data is NOT required.

    At a minimum, offerors shall provide:

    a. Pricing Rationale & Assumptions

    • A brief description of how the proposed labor hours and costs were developed (e.g., historical experience, engineering estimates).
    • A brief narrative justifying any major technical assumptions made regarding the work outlined in the Statement of Work (SOW).

    b. Labor Detail (Level of Effort)

    • Labor Categories: A list of specific labor categories proposed to execute the requirement and their fully burdened commercial hourly rates.
    • Total Estimated Hours: The total number of hours required to complete the requirement.
    • Task Breakdown: A specific breakdown showing how many hours are estimated for each major task within the SOW.

    c. Materials and Other Direct Costs (ODCs)

    • Itemized Materials: An itemized list of major material components or software, including quantities and unit prices. (Note: Small-value consumable items do not need to be individually listed and may be grouped as a single 'Miscellaneous' line item).
    • Equipment and ODCs: Any equipment rentals, travel, or other direct costs required.
    • Subcontractor Costs: Identification of any major portions of the work that will be subcontracted, and the associated costs.

    4. EVALUATION NOTE

    The Government will consider the clarity, completeness, and realism of the provided LOE breakdown in its assessment of price reasonableness. This data will be used to evaluate whether the offeror possesses a clear understanding of the requirement and whether the proposed resources are appropriate for the tasks outlined.

    5. ALL OTHER TERMS AND CONDITIONS

    Unless otherwise specified, all other terms and conditions of the solicitation remain unchanged.

    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 52000QR260024410 This procurement will be processed in accordance with FAR Part 12.

    The North American Industry Classification System (NAICS) is 336611. The small business size standard is 1300. 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 STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

    The contractor shall provide dockside repair services for USCGC VIGOROUS, chain locker plating renewal and associated structural repairs IAW SOW.

    A. REQUIREMENT:

    1. Contractor shall perform chain locker steel hull plating renewal, structural repairs, inspections, and preservation efforts IAW SOW.

    2. Location of Performance (FBO Destination)

     CGC VIGOROUS

     4000 COAST GUARD BLVD

     PORTSMOUTH, VA 23703

    3. REQUIRED PERIOD OF PERFORMANCE: 04/27/26-06/06/2026

    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 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 29 April 2026 at 1200 PM Eastern Standard Time. Email quotes are acceptable and shall be sent to Ms. Nichole Cundiff at: Nichole.A.Cundiff@uscg.mil and carbon copy Contracting Officer, SKC Karla Balint at karla.p.balint@uscg.mil.

    Any questions or concerns regarding any aspect of the RFQ must be forwarded to Ms. Nichole Cundiff at email address – Nichole.A.Cundiff@uscg.mil and carbon copy Contracting Officer, SKC Karla Balint at Karla.P.Balint@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 (Oct 2025) to include Alt I (Feb 2024). 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. April 25, 2026Posted Date
    2. April 29, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    52000QR260024410 CGC VIGOROUS- CHAIN LOCKER RENEWAL 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.