Federal Contract Opportunity

Last Updated on 07 Jul 2025 at 8 PM
Combined Synopsis/Solicitation
New orleans Louisiana

52000QR250020098 HULL INSPECTION/CLEANING AND ANODE REPLACEMENT USCGC DONALD HORSLEY

Details

Solicitation ID 52000QR250020098
Posted Date 07 Jul 2025 at 8 PM
Response Date 14 Jul 2025 at 2 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location New orleans Louisiana United states 70129

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Depuy Synthes Sales Incorporated

Raynham West chester Palm beach gardens Warsaw

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Howmedica Osteonics Corporation

Carolina Allendale Mahwah Glen burnie

Sign up to access Documents

Signup now

HULL INSPECTION/CLEANING AND ANODE REPLACEMENT USCGC DONALD HORSLEY

*The new closing date for this reopening is Monday, 14 July 2025, 1000AM EST*

The purpose of this amendment is to reopen combined synopsis/solicitation NR 52000QR250020098 for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice to allow for full and open competition.

The original solicitation was issued as a 100% small business set-aside; however, the Government has determined that it is in its best interest to remove the set-aside restriction.

The Government is providing additional time to allow offerors to submit revised or new quotations, as applicable. Vendors who previously submitted a quote under the original solicitation do not need to resubmit in order to remain under consideration; however, they may resubmit a revised quote if desired based on the updated competition structure.

This announcement constitutes only solicitation. Quotations are being requested, and a written solicitation will not be issued. The North American Industry Classification System (NAICS) is 336611. The small business size standard is 1250. This requirement is now issued on an unrestricted basis, and all responsible sources may submit a proposal that will be considered.

Although this requirement is solicited under full and open competition, the Government reserves the right to issue the award as a small business set-aside if advantageous and in accordance with FAR 19.502-2.  

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 Government has:

*Changed the solicitation from 100% small business set-aside to full and open competition (unrestricted)

*Extended the submission deadline to Monday, July 14th, 2025, 1000AM EST  

*All other terms and conditions remain unchanged


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

The contractor shall provide CGC DONALD HORSLEY WITH HULL INSPECTION/CLEANING AND ANODE REPLACEMENT

A. REQUIREMENT:

1. This work item describes the requirements for the Contractor to clean the vessel’s U/W body and to renew bolt-on zinc anodes, while the vessel is moored pier side. See attached SOW for additional details. Additional publications and drawings can be provided upon request.

2. Location of Performance (FBO Destination)

USCGC DONALD HORSLEY

1790 Saturn Blvd

New Orleans, LA. 70129

3. REQUIRED PERIOD OF PERFORMANCE:  POP 01 AUG 2025 – 12 AUG 2025

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 07 July 2025 at 10 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Mr. Cornelius Claiborne at: [email protected].  

Any questions or concerns regarding any aspect of the RFQ must be forwarded to Mr. Cornelius Claiborne at: [email protected] and Contracting Officer, SKC Karla Balint at [email protected]

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).

Similar Opportunities

North charleston South carolina 11 Jul 2025 at 3 PM

Similar Awards

Location Unknown 14 Dec 2018 at 8 PM
Location Unknown Not Specified
Location Unknown 04 Apr 2012 at 7 PM