Weld work on 47239
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: WA. Response deadline: Feb 26, 2026. Industry: NAICS 336611 • PSC J020.
Market snapshot
Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336611
Description
Combined Synopsis/Solicitation for Commercial Services
Solicitation Number: 52000PR260003297 (Request for Quote - RFQ)
This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
- Agency: U.S. Coast Guard, Surface Forces Logistics Center (SFLC)
- Contract Type: Firm Fixed Price Purchase Order
- Set-Aside Information: This solicitation is [Small Business Set-Aside].
- Evaluation Criteria: Quotes will be evaluated based on the following factors:
- Technical Capability: The offeror’s ability to perform the services described in the Performance Work Statement.
- Past Performance: The offeror’s record of relevant and recent past performance.
- Price: Fair and reasonable pricing.
- Point of Contact for Questions: For any questions regarding technical aspects, please contact:
- Mitchell Sabo
- Email: Mitchell.T.Sabo@uscg.mil
- Phone:
- Submission of Quotes: Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil The subject line of the email should include the solicitation number: 52000PR260003297.
Performance Work Statement (PWS) / Statement of Work (SOW)
1. Scope of Work
The Contractor shall provide all travel to the unit, labor, welding equipment, and materials necessary to crop and renew a section of the STBD Rudder Stock Housing Assembly on a 47’ MLB IAW all applicable Coast Guard Drawings and Technical Publications.
- Travel to Station Grays Harbor, Westport, WA.
- Gas Free the Lazarette IAW USCG Drawing FL_85_2_1_-_C GFE Hotwork Diagrams.
- Crop Item #1 (Stiffeners), Item #2 (Pipe), and Item #4 (Upper Bearing Housing) IAW USCG Drawing 47B MLB 561-020 for the STBD Rudder Stock Housing Assembly.
- Conduct visual inspection on Item #4 (Upper Bearing Housing). If item cannot be re-used, submit CFR to the COR.
- Renew Item #1 (Stiffeners), Item #2 (Pipe), and Item #4 (Upper Bearing Housing) returning STBD Rudder Stock Housing Assembly to original configuration as outlined in USCG Drawing 47B MLB 561-020.
- Conduct satisfactory NDT of all welds on the STBD Rudder Stock Assembly.
**CG Personnel shall electrically isolate the asset before hot-work commences and undo the isolation at the completion of hot-work IAW MLB WELD DISCONNECT SERVICE WORK INSTRUCTION.
2. Place of Performance
Services shall be performed on the MLB-47239 at:
U.S. Coast Guard Station Grays Harbor
1600 N Nyhus ST Westport, WA, 98595
3. Period of Performance
Upon acceptance, the contractor shall commence work within 15 days and work diligently to complete the entire project and have the vessel ready for use by 21 working days from the scheduled haul-out after contract award.
4. Vessel Characteristics
- Length Overall: 48’ 11” (w/ Rubrails)
- Beam Overall: 15’0” (w/ Rubrails)
- Highest Points: Fixed 18’ 6” (Radar), Unfixed 28’ 4”
- Hoisting condition: 40,000 LBS (boat, full fuel, outfit; no crew or cargo)
5. Specific Tasks
- Travel to Station Grays Harbor, Westport, WA.
- Gas Free the Lazarette IAW USCG Drawing FL_85_2_1_-_C GFE Hot work Diagrams.
- Crop Item #1 (Stiffeners), Item #2 (Pipe), and Item #4 (Upper Bearing Housing) IAW USCG Drawing 47B MLB 561-020 for the STBD Rudder Stock Housing Assembly.
- Conduct visual inspection on Item #4 (Upper Bearing Housing). If the item cannot be re-used, submit a Condition Found Report (CFR) to the COR.
- Renew Item #1 (Stiffeners), Item #2 (Pipe), and Item #4 (Upper Bearing Housing) returning STBD Rudder Stock Housing Assembly to original configuration as outlined in USCG Drawing 47B MLB 561-020.
- Conduct satisfactory Non-Destructive Testing (NDT) of all welds on the STBD Rudder Stock Assembly.
6. Government Responsibilities
- Coast Guard Personnel shall electrically isolate the asset before hot-work commences and undo the isolation at the completion of hot-work IAW MLB WELD DISCONNECT SERVICE WORK INSTRUCTION.
7. Conditions and Workmanship
- Additional Work: If additional work items are found, the Contractor shall report findings immediately via CFR along with a commercial estimate of necessary work before continuing.
- Oral Modification: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract.
- Workmanship: All work shall be accomplished with the best standard practices and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer Representative (COR).
- Permits: The contractor shall, without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state, and local laws.
- Clean Up: All HAZWASTE, trash, and debris shall be removed from the site and/or recycled as applicable. The job site shall be left in a clean and neat manner.
8. Deliverables & Completion
- Condition Found Reports (CFR): As required for additional work or non-reusable parts.
- NDT Report: Satisfactory NDT results for all welds.
- Final Inspection: Upon completion of work, contact the COR to arrange for inspection and acceptance of work.
9. Points of Contact
- Unit Contact: MKC Matthew Ross
- Phone: 541-217-1500
- Email: Matthew.i.ross@uscg.mil
Invoicing
Invoicing in IPP: It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
FAR Clauses
This order is subject to but is not limited to the following Federal Acquisition Regulations:
- 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
- 52.204-26 Covered Telecommunications Equipment or Services-Representation.
- 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.
- 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services.
- 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services.
- 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services.
- 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
- 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
- Service-Specific Clauses (Added for Services):
- 52.222-41 Service Contract Labor Standards (formerly Service Contract Act). (Required for service contracts over $2,500).
- 52.222-42 Statement of Equivalent Rates for Federal Hires.
- 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts).
- 52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.