Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    52000QR260024470 USCGC THETIS CRANE OPS

    Sol. 52000QR260024470Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)NORFOLK, VA
    Closed
    STATUS
    Closed
    closed Apr 30, 2026
    POSTED
    Apr 29, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    3950
    Product & service classification

    AI Summary

    The US Coast Guard is seeking quotes for crane operations to remove and install equipment on the USCGC Thetis. This opportunity is a total small business set aside, and proposals must be submitted by April 30, 2026. The work involves heavy lifting and requires compliance with safety and operational standards.

    Contract details

    Solicitation No.
    52000QR260024470
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 29, 2026
    Response Deadline
    April 30, 2026
    NAICS Code
    336611AI guide
    PSC / Class Code
    3950
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Timothy ford
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    service

    Description

    52000QR260024470 USCGC THETIS CRANE OPSThis 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 52000QR260024470 USCGC THETIS CRANE OPS

     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 52000QR260024470 USCGC THETIS CRANE OPS

    MK75 GUN MOUNT  REMOVAL AND INSTALLATION #PR 52000PR260024470

    1.  SCOPE

    1.1  Intent.  This work item describes the requirements for the contractor to provide mobile crane services for the removal and installation of Coast Guard / NAVY equipment from CGC THETIS (WMEC-910) at, CG SECTOR Key West, FL pier D1 as requested and directed by on-scene Coast Guard personnel.

    1.2  Government-furnished property.

    None

    2.  REFERENCES

    Coast Guard Drawings

    None

    Coast Guard Publications

    Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2014, General Requirements

    Other References

    None

    3.  REQUIREMENTS

    3.1  General.  Contractor must be able to safely and securely setup in front of (bow) a 270 foot Medium Endurance Coast Guard Cutter (WMEC-910/ CGC THETIS) located at Sector Key West, FL and be able to lift ~ 35000 lbs across the beam of the ship from delivery truck located on the pier ~28 feet above water line to center line of ship and back again, and provide crane and rigging services to onboard Coast Guard personnel.

    REACH REQUIREMENTS:

    • MK75 Gun Mount(20,000lbs) is mounted centerline of the cutter approximately 19 feet mounted at frame 32. 
    • Bow to center of gun is 43 feet.  Fenders are of various sizes 3-6 feet.
    • Beam of ship is approximately 38 feet wide.
    • Clearance above water line is ~28 feet over stanchions and guard rails.
    • MK53 Combined Antenna System(1200lbs) is mounted centerline atop the pilot house ~60 feet high

    The contractor shall be on scene and ready to commence work at 0800 based on the following 2 day schedule:

    07May26 - Thursday: (0800-1600) 8 hours

    1. Removal of Government Furnished Equipment from contracted transportation and placed in the staging area.

    12May26 - Tuesday: (0800-1600) 8 hours

    1. Removal of MK75 Gun Weapon System and MK53 Combined Antenna System-No installation/replacement of equipment
    2. MK75 Gun Weapon System:  Request crane service for MK75 lift(20,000lbs with lifting fixture). 
    3. MK53 Combined Antenna System:  Request base crane 0800-1600
    4. Assorted lifting of equipment to facilitate over the road transportation. Max lift ~35, 000lbs Fixture, Gun system, and Transportation Stand
    5. Load contracted truck with MK75 gun mount, MK53 radar system, and required Special Tools and Equipment(STE)

    The requirements are to arrive on time daily and to set up where directed pier side of CGC THETIS (WMEC-910) at Sector Key West, BERTH (D1). 

    The highest loads are from the ship’s 03 deck, requiring the lifting of the ship’s fire control radar (behind the pilot house) and to lowered to the pier.

    3.1.1  CIR

    None.

    3.1.2  Tech Rep

    Not applicable.

    3.1.3  Protective measures.  The contractor shall furnish and utilize all personal protective equipment for contract workers in the vicinity of crane operations.  The contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work.  Upon completion of work, the contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness.

    3.1.4  Interferences.  The contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences).

    3.2  Clean and inspect

    Not applicable.

    3.3.1  Wipe up all excess grease.

    4.  NOTES

    NOTE

    Coast Guard personnel will operate all shipboard machinery and equipment.

    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 30 April, 2026 at 10 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).

    Key dates

    1. April 29, 2026Posted Date
    2. April 30, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    52000QR260024470 USCGC THETIS CRANE OPS 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.