USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
Description
***SEE ATTACHED FOR FULL TEX T NOTICE*** This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Alameda, CA to identify sources capable of providing the following USCGC MALLET (WLIC 75304) and USCG BARGE (84002) FY26 Drydock Availability. USCGC MALLET is a 75' inland construction tender class home-ported in Corpus Christi, TX. Work list will include but is not limited: tank cleaning, potable water/sewage/greywater piping cleaning and repairs, spud winches inspect and service, exterior deck preservation, underwater body and plating preservation/renewal, propulsion inspect and repair. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees. GEOGRAPHICAL RESTRICTION: N/A PLACE OF PERFORMANCE: DESCRIPTION OF WORK: Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DRY DOCK maintenance to the U.S. Coast Guard Cutter. Description: Work list will include but is not limited: tank cleaning, potable water/sewage/greywater piping cleaning and repairs, spud winches inspect and service, exterior deck preservation, underwater body and plating preservation/renewal, propulsion inspect and repair. D-001 Fire Prevention Requirements D-002 Hull Plating, U/W Body, Inspect - Tender D-003 Hull Plating, U/W Body, Ultrasonic Testing - Tender D-004 U/W Body, Preserve, 100 percent - Tender D-005 Appendages, U/W, Leak Test - Tender D-006 Propulsion Shaft Rope Guards, Inspect D-007 Voids (Accessible, Weather Deck Exposed), Inspect - Tender D-008 Voids, Non-Accessible, Leak Test - Tender O-009 Voids, Non-Accessible, Internal Surfaces, Preserve D-010 Tanks, MP Fuel Service, Clean and Inspect - Tender O-011 Propulsion Shaft Seals, Mechanical Clean and Inspect D-012 Propulsion Shaft Seals, Mechanical Overhaul and Inflatable Renew D-013 Propulsion Shaft Bearings, External, Check Clearances O-014 Propulsion Shaft Bearings, External, Renew D-015 Propeller s, Remove, Inspect, and Reinstall D-016 Keel Coolers, Clean, Inspect and Hydro D-017 Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift - Tender O-018 Rudders, Preserve, 100 Percent D-019 Hull Fittings (Mooring and Towing), Inspect and Test - Tender D-020 Boat Boom, Inspect and Service - Tender D-021 Sewage Holding Tanks, Clean and Inspect - Tender D-022 Sewage Piping, Clean and Flush D-023 Tanks, Potable Water Preserve, 100 Percent - Tender D-024 Drydock - Tender D-025 Sea Trial Performance, Support, Provide D-026 Hull Plating, Side Scan, Ultrasonic Testing, Barge - Barge D-027 Hull Plating, Freeboard, Ultrasonic Testing - Barge O-028 Appendages, U/W, Internal, Preserve - Barge O-029 Voids, Non-Accessible, Internal Surfaces, Preserve - Barge D-030 Fathometer Transducer, General Maintenance - Barge D-031 U/W Body, Preserve, 100 percent - Barge O-032 Hull Plating Freeboard, Preserve, 100 Percent - Barge D-033 Cathodic Protection, Zinc Anodes, Renew - Barge D-034 Drydock - Barge D-035 Superstructure Plating Repair D-036 Fwd Rake Repair Barge D-037 Crew's Head Deck Plating, Repair D-038 Boom Rest Repair D-039 Sewage Shore Tie Riser, Renew D-040 Barge Quick Acting Watertight Scuttle, Renew D-041 External Deck Drains, Renew D-042 Tender Air Compressors, Renew D-043 Drop Ceiling, Renew and Abate D-044 Weathertight Doors and Frames, Renew D-045 Crew Racks, Renew D-046 Mechanical Chain Stoppers, Inspect and Service D-047 Temporary Services, Provide - Tender D-048 Decks Exterior (Buoy or Construction Deck), Preserve 100% D-049 Deck Covering, Interior, Wet and Dry, Renew D-050 Propulsion Shafting; Remove, Inspect, and Reinstall ANTICIPATED PERIOD OF PERFORMANCE: January 27, 2026 through April 07, 2026 (Subject to change at the discretion of the Government). 70 calendar days period of performance. 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. Companies may respond to this Sources Sought Notice via e-mail to POC listed in the Sam.Gov announcement with the following information/documentation: Jerrod Gonzales @ Jerrod.a.gonzales@uscg.gov and Sandra Martinez @ sandra.a.martinez@uscg.mil no later than 0800 PST September 1, 2025 with all of the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern 4. Documentation Verifying Small Business Certification: Please provide the following documentation as it applies to your company. 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 SDVOSB 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 VOSB 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 (WOSB) 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 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. SAM: Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (OCT 2018). SAM can be obtained by accessing the internet at https://www.sam.gov/SAM/ or by calling 1-866-606-8220. Disclaimer and Important Notes: 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. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition.
Files
Award Information
Not yet awarded
Notice Timeline
Sources Sought
Aug 14, 2025
Place of Performance
USA
Contacts
Jerrod Gonzales
jerrod.a.gonzales@uscg.mil
5104375416
SANDRA MARTINEZ
sandra.a.martinez@uscg.mil