52000QR260003271 USCGC WILLIAM CHADWICK HULL INSPECTION
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MA. Response deadline: Mar 05, 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
52000QR260003271 USCGC WILLIAM CHADWICK HULL INSPECTION
Intent. 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.
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 52000QR260003271 USCGC WILLIAM CHADWICK HULL INSPECTION
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 provide 52000QR260003271 USCGC WILLIAM CHADWICK HULL INSPECTION
U/W Body (Waterborne), Clean and Inspect, Renew Zinc Anodes
1. Scope
1.1 Intent. 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.
1.2 Cutter, Address, Availability, and POC. USCGC WARREN DEYAMPERT, 427 Commercial Street Boston, MA. 02109. Cutter Availability: 21 - 24 April, 2025. Cutter POC will coordinate service OOA 16 April 2025. POC: Chief Steven Ruggirello, Cell #: (718) 702-8313, steven.f.ruggirello@uscg.mil
1.3 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N Anode, stern tube P/N: Z0020202H3 NIIN: 016445483 28 ea. $11.15 N Nut, Self-Locking P/N: 90715A145 NIIN: 015085774 2 Bx *24 in a bx $7.24 N Anode, Sea Chest Grate P/N: GA-4 NIIN: 016476179 4 ea. $21.93 N Screw, Prop zinc plate P/N: 950756 NIIN: 016340210 8 ea. $9.42 N Screw, Sea Chest Grate Anode, P/N: 93190A634 NIIN: 016197182 4 ea. $9.70 N Screw Cap, Stern Tube Covers P/N: 90585A626 NIIN: 016161107 42 ea. $1.81 N Zinc plate, propeller P/N: 950733 NIIN: 016278941 2 ea. $618.85 N Anode, Bow Thruster, Gear Case, Bolt On P/N: 1081226 NIIN: 123561870 1 ea. $64.97 N Anode, Bow Thruster, Tunnel, Bolt On P/N: CM2000Z NIIN: 200126334 12 ea. $29.46
2. REFERENCES
COAST GUARD DRAWINGS
Coast Guard Drawing 154B WPC 111-301, Rev A, Shell Expansion
Coast Guard Drawing 154B WPC 161-301, Rev -, Skegs and Stern Tubes Support Structures
Coast Guard Drawing 154B WPC 562-201, Rev -, Rudder Details
Coast Guard Drawing 154 WPC 565-201, Rev -, Fin Stabilizer System A & D
Coast Guard Drawing 154B WPC 568-201, Rev B, Bow Thruster System A & D
Coast Guard Drawing 154 WPC 997-302, Rev -, Docking Plan
COAST GUARD PUBLICATIONS
Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements
Surface Forces Logistics Center Maintenance Procedure Card B10015.D (MPC B10015.D), 10/31/24, Insp/Cln U/W Equipment (Hull Plate)
Surface Forces Logistics Center Maintenance Procedure Card B10018.D (MPC B10018.D), 5/31/23, Replace Underwater Zinc Anodes
OTHER REFERENCES
None
3. REQUIREMENTS
3.1 General.
3.1.1 CIR.
None.
3.1.2 Tech Rep.
Not Applicable.
3.1.3 Protective measures. The Contractor must 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 must 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 must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences).
3.2 Requirements. The Contractor must:
3.2.1 Video recording. Submit video highlights of underwater body surfaces (e.g. bow thruster, propellers, rudders, transducers, heavily fouled hull areas, etc.) before and after cleaning.
3.2.2 Clean/inspect. Clean the U/W body surfaces free of all marine growth, debris, and all other surface contaminants in accordance with MPC B10015.D. Remove and replace sea chest grating if necessary to access/clean sea chest suction. Ensure all transducer surfaces are cleaned with only hand held brushes, without the use of power attachments. Ensure that existing u/w body coating system or non-coated surfaces do not incur any damage during cleaning process. Polish propellers. Refer to Coast Guard drawings listed in Section 2.
3.2.3 Renew anodes. Renew Government-furnished components listed below paragraph 1.2. in accordance with MPC B10018.D. Anodes may require slight modification to ensure proper fit (ie., trimming metal tabs, drilling tab bolt holes).
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 05 MARCH 2026 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Josh Miller and Tim Ford 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, Joshua Miller and Tim Ford 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).
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.