CGC MACKINAW FACILITY MAINTENANCE
Sources Sought from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 23, 2026. Industry: NAICS 561210.
Market snapshot
Awarded-market signal for NAICS 561210 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561210
Description
SOURCES SOUGHT NOTICE: USCGC MACKINAW FACILITY MAINTENANCE SERVIES. This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. 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. (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 Force Logistics Center, Norfolk, VA to identify sources capable of providing Facility Maintenance Services for the USCGC MACKINAW (WLBB 30). The contractor shall perform the following:
Facility maintenance services shall consist of janitorial services, grounds maintenance, snow removal, refuse collection and general labor at the USCGC MACKINAW facility and onboard the VESSEL. The contractor shall furnish all labor, equipment, appliances, transportation, supervision, and materials, required to perform these services. On board the vessel USCGC MACKINAW all janitorial services shall be performed in the following areas: Common living spaces. The compartments include, CO’s State Room, CO Cabinet, XO State Room, Senior Officers State Rooms (QTY4), Surge Berthing, Enlisted Berthing, Officer’s Wardroom and Lounge, CPO State Room and Lounge, 1st Class Lounge, Enlisted Mess, and all interior passageways and ladders on the 2nd Deck, main deck, 01 Level, 02 Level, 03 Level, and 04 Level sanitary spaces. The compartments include all common washrooms and water closet spaces of the ship; there are six (06). Offices, shops and working spaces; these compartments include, Bridge, ECC & DC Central, IC/CCMPS Room, Laundry Room, Buoy deck Control Room, Armory, Exercise Room, Ship Store, Aton Shop, Clean Room, Shower Room, Buoy Deck Change Room, DC Shop, Engineering Log Office, Machine Shop, Electric Shop, Switch Board Room, Port and Starboard Transformer Rooms, Port and Starboard Transformer Rooms, Port and Starboard Propulsion Transformer Rooms, Supply Department Storage Room, Stores Breakout Area, Dry Provision Store Room, Radio Room, Elex/IC Shop, Ship’s Training Room and all main traffic through Auxiliary Machinery Rooms, weather decks. This area is defined as all deck surfaces of the ship exposed to the weather up to a height of 12 feet , spanning from the main deck, up to and including the exterior of the Mast Deck. It includes all deck surfaces, the sides of the superstructure, and all equipment and deck fittings secured to the deck and superstructure (i.e, cranes, winches, A-Frames, capstans, davits, small boats, anchor windlass, bitts, chocks, padayes, liferails/stanchions, lifelines, etc. There shall be areas which restricted and when cleaning areas a crewmember shall be present. The contractor will be given 5 calendar days notice prior to the commencement of work on board the USCGC MACKINAW. The contractor shall also be responsible for janitorial services at the USCGC MACKINAW facility – there will be daily, weekly and monthly task required.
The contractor shall provide grounds maintenance for 6.5 acres. The contractor shall provide grounds maintenance services which consist of (1) lawn maintenance, (2) edging, (3) trimming, (4) tree and shrub care, (5) leaf and debris removal. The snow removal services shall consist of snow removal and control of snow and ice from all entrances, parking areas, sidewalks, steps, ramps piers and other areas needed.
Refuse collection, the Contractor to provide refuse collection and disposal of solid waste for Shore Facility located at 626 Coast Guard Drive, Cheboygan, Michigan to include the following collection areas: Millard D. Olds Memorial Mooring on Coast Guard Drive (North B Street). Housing complex (consisting of 27 housing units) on Black Thorne Drive and the Housing office and maintenance complex on Loomis Street.
Anticipated Period of Performance: This acquisition shall be a requirements contract for One Base year and Four Option Years; if exercised. Orders for preservation maintenance shall be placed by delivery order when needed. Anticipated start date on or about 26 September 2021 through 25 September 2022 (Base Year). (Subject to change at the discretion of the Government). NAICS Code/Size Standard: The applicable NAICS Code is 561210.
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 23 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 561210.
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 561210
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 561210 code 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 561210
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 561210
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.
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.