Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    CGC BISCAYNE BAY DOCKSIDE REPAIRS

    Sol. DSBISCAYNEBAYFY26Sources SoughtALAMEDA, CA
    Closed
    STATUS
    Closed
    closed Feb 11, 2026
    POSTED
    Jan 30, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J998
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking sources for dockside maintenance of the CGC Biscayne Bay, including cleaning and inspecting various tanks and systems. Interested companies should provide information on their capabilities by February 11, 2026. This is a Sources Sought Notice for market research purposes.

    Contract details

    Solicitation No.
    DSBISCAYNEBAYFY26
    Notice Type
    Sources Sought
    Posted Date
    January 30, 2026
    Response Deadline
    February 11, 2026
    NAICS Code
    336611AI guide
    PSC / Class Code
    J998
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Sandra A. Martinez
    State
    CA
    ZIP Code
    94501
    AI Product/Service
    service

    Description

    This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action

    REQUIREMENT:  This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center Norfolk, VA to identify sources capable of providing the following:

    This requirement is for the contractor to provide all necessary materials, equipment, and personnel necessary to perform routine DOCKSIDE Maintenance onboard the CGC BISCAYNE BAY
    The following items are anticipated to be performed (subject to change):

    Fire Prevention Requirements
    Tank (Water Mist), Clean And Inspect
    Tanks, Potable Water, Clean and Inspect
    Tanks, Lube Oil, Clean and Inspect
    Tanks, Ballast, Clean and Inspect
    Voids, Accessible, Clean and Inspect
    Tanks, Dirty Oil and Waste, Clean and Inspect
    Main Diesel Engine, MDE, Exhaust Piping, Commercial Clean
    Ship Service Diesel Generator (SSDG) Exhaust Piping, Commercial Clean
    Boiler Exhaust Stack Uptakes, Commercial Clean
    Bubbler Diesel Engine Exhaust Piping, Commercial Clean
    Vent Ducts, Engine And Motor Room, All, Commercial Cleaning
    Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning
    Vent Ducts, All Other, Commercial Cleaning
    Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift
    Anchor Windlass, Inspect and Service
    Vertical Capstan, Inspect and Service
    Hull Fittings (Mooring and Towing), Inspect and Test - Tender
    Single Point Davit, Inspect and Service
    Grey Water Holding Tanks, Clean and Inspect
    Sewage Holding Tanks, Clean and Inspect
    Grey Water Piping, Clean and Flush
    Sewage Piping, Clean and Flush
    Safety Rail Stanchion Renew
    Lube Oil Storage Tank, Fabricate and Install
    Officer Stateroom, Modifications

    PLACE OF PERFORMANCE:  All work is to be performed at the cutter’s home pier – 1075 Huron Street, ST Ignace, MI

    ANTICIPATED PERIOD OF PERFORMANCE:   The performance period is  July 28, 2026 – August 31, 2026. (subject to change)

    ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,350 employees.

    SUBMISSION OF INFORMATION:  Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information.

    SAM:  Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33.  SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

    Companies may respond to this Sources Sought Notice via e-mail to sandra.a.martinez@uscg.mil no later than 1:00 PM EST on 11 February 2026, with the following information/documentation:

    1. Name of Company, Address and Unique Entity ID.
    2. Point of Contact and Phone Number.
    3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; HUBZone Small Business Concern;  Service-Disabled Veteran Owned Small Business Concern (SDVOSBC);  Veteran Owned Small Business Concern (VOSBC); ED Woman Owned Small Business Concern (EDWOSB); Woman Owned Small Business Concern (WOSBC);  Small Business Concern; Large Business Concern

    4.  Documentation Verifying Small Business Certification:
        a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
        b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.
        c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company.  Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611.
       d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours.  The documentation should also show the business is small under the NAICS code 336611.
       e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are “economically disadvantaged”, and primarily managed  by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours.  The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million
        f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611.
       g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.

    5. Statement of Proposal Submission:  Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.

    6. Past Performance Information:  Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available.  Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.

    Disclaimer and Important Notes:  This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation.

    Key dates

    1. January 30, 2026Posted Date
    2. February 11, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    CGC BISCAYNE BAY DOCKSIDE REPAIRS 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.