Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    52000QR260024561 USCGC RICHARD ETHERIDGE HULL MAINTENANCE

    Sol. 52000QR260024561Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)NORFOLK, VA
    Closed
    STATUS
    Closed
    closed May 5, 2026
    POSTED
    Apr 28, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J020
    Product & service classification

    AI Summary

    The US Coast Guard is seeking quotes for hull maintenance on the USCGC Richard Etheridge, including inspection, cleaning, and renewal of underwater zinc anodes. This opportunity is set aside for small businesses and will be awarded based on simplified acquisition procedures.

    Contract details

    Solicitation No.
    52000QR260024561
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 28, 2026
    Response Deadline
    May 5, 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
    both

    Description

    52000QR260024561 USCGC RICHARD ETHERIDGE HULL MAINTENANCE

    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 52000QR260024561 USCGC RICHARD ETHERIDGE HULL MAINTENANCE

     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 52000QR260024561 USCGC RICHARD ETHERIDGE HULL MAINTENANCE

    Hull Plating, U/W Body, Diver’s Inspect, Clean and Renew U/W Zinc Anodes Perform

    1. SCOPE

      1. Intent. This work item describes the requirements for the Contractor to conduct a hull inspection, cleaning of the vessel’s U/W body and renewal of U/W zinc anodes. Affected surfaces or components include, but are not limited to the following:
    • U/W hull plating.
    • U/W body coating system.
    • Transducer(s)/sonar dome.
    • Drive Systems
    • Appendages
    • Cathodic Protection

      1. Government-furnished property.

    MTI

    ITEM DESCRIPTION

    NSN/PN

    QTY

    N

    Anode, B/T Gear Case

    P/N: 1081226, NIIN: 015485655

    1

    N

    Anode, B/T Tunnel

    P/N: : CM2000Z

    NIIN: 200126334

    12

    N

    Anode, Sea Chest Grate

    P/N: GA-4, NIIN: 016476179

    4

    N

    Anode, Stern Tube

    P/N: Z0020202H3 REV. 0, NIIN: 016445483

    16

    N

    Nut, Self-Locking,

    P/N: 90715A145, NIIN: 015085774

    32

    N

    Screw, Prop Zinc Plate

    P/N: 950756, NIIN: 016340210

    8

    N

    Screw, Sea Chest Grate Anode

    P/N: 93190A634, NIIN: 016197182

    2

    N

    Screw, Stern Tube Covers

    P/N: 90585A626, NIIN: 016161107

    42

    N

    Zinc Plate, Propeller

    P/N: 950733, NIIN: 016278941

    2

    1. REFERENCE

    OTHER REFERENCES

    Code of Federal Regulations (CFR) Title 29, Part 1910, Subpart T, 2007, Commercial Diving Operations

    1. REQUIREMENTS

      1. General.

        1. CIR.

    None.

        1. Tech Rep.

    Not Applicable.

        1. The Contractor must provide the Coast Guard Inspector 24 hours advance notice of when the diver inspection will occur. Before diving procedures are commenced, meet with the COR and the Coast Guard Inspector, to discuss diving safety requirements and the securing of cutter machinery, as applicable.

    NOTE

    At Contractor’s request, Ship’s force will secure and tag out the cathodic protection system, main engines, steering gear, generator set, A/C unit, fire pumps, and all other machinery which may cause a hazard while a diver is in the water.

      1. Pre-diving clearance. The Contractor must ensure that the diving team must obtain clearance from the Officer-of-the-Deck before beginning diving operations. Ensure the Coast Guard Inspector has capability for maintaining continuous two-way communication with diving personnel at all times, during the performance of the this work item.

        1. The Contractor must, in accordance with 29 CFR 1910.401-440, provide a certified diver and a tender team, as well as necessary support personnel and equipment, to accomplish the tasks specified herein.

    WARNING

    Mixed gas diving and live boating are not permitted.

      1. Hull inspection requirements - general. The Contractor must survey the entire U/W body of the vessel to inspect for abnormal conditions or situations, which may include, but not be limited to the below-listed.

    • Hull plating and appendage damages.
    • Coating system defects or failures.
    • Welding corrosion and erosion.
    • Deformation in appendages.
    • Zinc performance.

        1. Hull plating. The Contractor must inspect the exterior condition of the hull for presence of marine growth, deformation, and any evidence of major corrosion or electrolytic action. Inspect for deformation along the stem and keel areas, condition of butt-welded seams, doubler plates, lap seams, and any signs of damaged plating or unusual waviness in the plating.

        1. Coating system inspection. The Contractor must inspect the condition of the U/W body coating system, for signs of the following:
    • Peeling.
    • Blistering.
    • Abrasion.

          1. Use the guidelines provided in Table I (Paint Deterioration Ratings (PDR) for Antifouling/Anticorrosion (AF/AC) Paint System) and Table 2 (Fouling Ratings (FR) In Order of Increasing Severity) to assist in proper documentation of the coating system degradation and fouling rate, respectively.

    TABLE 1 - PAINT DETERIORATION RATINGS (PDR) FORANTIFOULING/ANTICORROSION (AF/AC) PAINT SYSTEM

    PAINT DETERIORATION RATING (PDR)

    DESCRIPTION

    10

    AF paint intact, red in color or with mottled pattern of light green and red.

    20

    AF paint missing from edges, corners, seams welds, river or boll head to expose AC paint.

    30

    AF paint missing from slightly curved or flat areas to expose AC paint.

    40

    AF paint missing from intact blisters to expose AC paint.

    50

    AF blisters ruptured to expose intact AC paint.

    60

    AF/AC paint missing or peeling to expose steel substrate, no corrosion present.

    70

    AF/AC paint removed from edges, corners, seams, welds, river or bolt heads to expose steel substrate with corrosion present.

    80

    Ruptured AF/AC blisters on slightly curved or flat surfaces with corrosion stains present.

    90

    Area corrosion of steel substrate with no AF/AC paint cover due to peeling or abrasion damage.

    100

    Area corrosion showing visible surface evidence of pitting, scaling, and roughening or steel substrate.

    TABLE 2 - FOULING RATINGS (FR) IN ORDER OF INCREASING SEVERITY

    TYPE

    FOULING RATING

    (FR)

    DESCRIPTION

    Soft

    0

    A clean, foul-free surface; red and/or black AF paint or a bare metal surface.

    Soft

    10

    Light shades of red and green (incipient slime). Bare metal and painted surfaces are visible beneath the fouling.

    Soft

    20

    Slime as dark green patches with yellow or brown colored areas (advanced slime). Bare metal and painted surfaces may by obscured by the fouling.

    Soft

    30

    Grass as filaments up to 3 inches (76 mm) in length, projections up to 1/4 inch (6.4 mm) in height; or a flat network of filaments, green, yellow, or brown in color; or soft non calcareous fouling such as sea cucumbers, sea grapes, or sea squirts projecting up to 1/4 inch (6.4 mm) in height. The fouling cannot be easily wiped off

    by hand.

    Hard

    40

    Calcareous fouling in the form of tubeworms I less than ¼ inch in diameter or height.

    Hard

    50

    Calcareous fouling in the form of barnacles less than ¼ inch in diameter or height.

    Hard

    60

    Combination of tubeworms barnacles, less I than ¼ inch (6.4 mm) in diameter or height.

    Hard

    70

    Combination of tubeworms and barnacles, greater than ¼ inch in diameter or height.

    Hard

    80

    Tubeworms closely packed together and growing upright away from surface. Barnacles growing one on top of another, ¼ inch or less in height. Calcareous shells

    appear clean or white in color.

    Hard

    90

    Dense growth of tubeworms with barnacles, ¼ inch or greater in height; Calcareous shells brown in color (oysters and mussels); or with slime or grass overlay.

    Composite

    100

    All forms of fouling present, Soft and Hard, particularly soft sedentary animals without calcareous covering (tunicates) growing over various forms of hard growth.

        1. Sea chests and other hull penetrations. The Contractor must accomplish the following:
    • Inspect all sea chests and other hull penetrations for signs of any obstructions/marine growth in the openings that might prevent proper suction and discharge of water.
    • Inspect for bare metal areas (surrounding penetrations) and for bare metal pitting.
    • Inspect for general appearance, loose, damaged, or missing grates, loose or missing fasteners, condition of sea strainers and lockwire on bolt.

        1. Propeller and shaft associated components. The Contractor must inspect the condition of the propeller shafts, struts, fairwaters, and rope guards. Note any loose or missing fairwater or rope guard fasteners.

          1. Inspect propellers for corrosion, pitting, erosion, fouling, cracks, dings, curls, and nicks by side and blade.

          1. Inspect the condition of the struts, keel drain plugs, rudders, rudder stocks, and rudder bearings, including any damage, pitting on leading and trailing edges of the rudder, and the presence of drain plugs.

        1. Transducers. The Contractor must inspect the general condition of the fathometer transducer. Record condition of rubber coating and amount of marine growth present. Note in the inspection report any cuts, gouges, or other surface defects found.

        1. Cathodic protection system. The contractor must inspect the general condition and performance of the cathodic protection system. Record condition of zinc anodes on Table 7, Zinc Wastage.

      1. Inspection documentation. The Contractor must document the hull survey as follows:

        1. Written report. The Contractor must record the U/W body coating system fouling rating on the

    attached “Pre-Clean Bio-fouling Inspection Data” Form.

          1. Note all inspection findings and observations, as applicable, on attached observations on the following attached inspection data forms, as applicable, on the attached : “Diver Hull Inspection Data”

    Form.

          1. In addition to completing the ”Diver Hull Inspection Data” Form, do the following, as applicable:
    • Document condition of running gear on attached “Running Gear Inspection Data” Form for each shaft.
    • Document propeller condition on attached “Propeller Inspection Data” Form for each propeller.
    • Document condition of rudders on attached “Port and Starboard Rudder Data Inspection” Form.
    • Document condition of all U/W zincs on Table 7, Zinc Wastage.

        1. Audio-video report. In addition to the written documentations specified above, The Contractor must produce an audio-video report, with narration, of all inspected surfaces. Place linear measuring devices, as applicable, in the field of view when videotaping hull damages, to provide scale for these damages.

        1. Documentation submission. Within 24 hours after the completion of the diver inspection, The Contractor must do the following:

          1. Submit a CFR indicating the amount of recommended U/W body surface cleaning, if any.

          1. Submit both, the written and audio-video reports to the COR. Submit the audio-video report on two digital video discs (DVD) formatted to USCG requirements.

            1. Ensure that all video equipment have the following characteristics/functions:
              • Remote video/sound recorder.
              • Suitability for underwater use.
              • Auto-focus and auto-exposure.
              • Color pictures.
              • Two-way communication devices, to allow for communication and recording of communications between the diver operating the video camera and the Person-in-Charge, COR, and Coast Guard Inspector.
              • Audio/visual cables long enough to transmit the video picture and two-way communications to the recorder and monitor.
              • Online video monitor large enough, to allow the Person-in-Charge, the COR, and the Coast Guard Inspector to observe the video picture.
              • Sufficient lighting to ensure a quality color video picture and depth of field.
              • A yardstick or other suitable linear measuring device with clear measurement marks which can be read from the monitor.

    3.4.3.2. 2 Closely monitor the video and sound quality during the survey, to ensure that the pictures on the monitor and the communication sounds remain of high quality. When either video or audio quality deteriorates, ensure that the survey is temporarily halted, until all problems have been corrected.

      1. Hull cleaning requirements. Contractor must employ suitable means to clean the designated U/W body surfaces free of all marine growth, debris, and all other surface contaminants. The Contractor must ensure the following:

        1. Ensure that existing U/W body coating system or non-coated surfaces do not incur any damage during cleaning process.

      1. Renew UW Zinc Anodes. The contractor must renew U/W zinc anodes ensuring not to damage hull components during renewal process.

        1. Document correct zinc and grate installation with photos included on final diver report.
    1. NOTES

      1. Unit responsibilities. The ship's force will tag-out systems in accordance with COMDINST M9077.1 (series) and MPC B10015.D including the below;

    • All propulsion machinery and shafting, including auxiliary propulsion machinery such as the bow thruster, and all steering machinery whenever the diver is in the water.
    • All underwater body transducers, including the sonar equipment, for the duration of the underwater inspection operation.
    • All active cathodic protection equipment for the duration of the underwater inspection operation.
    • Each sea suction while the diver is inspecting the sea suction's sea chest strainer.

      1. Mailing of video record. Upon receipt, the EPO will retain the diver report and underwater video inspection locally and forward a copy to the Engineering Section of the Product Line Division to which the vessel is assigned.

      1. MPC Completion. Cutter EPO is responsible for ensuring MPC’s B10015.D and B10018.D are properly completed and submitted.

      1. Cutter POC. Cutter POC is EMCS Jordan Bushnell. Email: Jordan.R.Bushnell@uscg.mil.

      1. Period of performance must fall within MAY 18 2026 – JUNE 11 2026 . Work to be performed at USCGC Richard Etheridge, 100 McArthur Cswy Miami Beach, FL, 33139

    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 MAY 5, 2026 at 09 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 28, 2026Posted Date
    2. May 5, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    52000QR260024561 USCGC RICHARD ETHERIDGE HULL MAINTENANCE 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.