This document addresses clarifications for RFQ#70Z08526QIBCT0011, focusing on specific tasks for the USCGC George Cobb (WLM-564). The clarifications cover pricing for services during berthing area disruptions, the requirement to renew all hydraulic fluids including the 500-gallon central HPU reservoir, and the scope of NDE tasks D-002 Table 1 Task #1 and #2. The government clarified that hatch removal is not required for NDE tasks, but contractors may include it in their bid. Further discussion on NDE methods can occur at the arrival conference or with the COR.
This government Request for Quote (RFQ) outlines a contract for commercial products and services, specifically for ship repair, targeting Women-Owned Small Businesses (WOSB). The solicitation, number 70Z08526QIBCT0011, focuses on the USCGC GEORGE COBB DS FY26 for dockside repairs. Key requirements include submitting a price quote, technical capability details (subcontractors, skilled trade qualifications, insurance, etc.), and past performance information. Technical capability and past performance are significantly more important than price in the evaluation process. The document specifies detailed invoicing procedures, including electronic submission via the Invoice Processing Platform (IPP), and outlines terms for access to vessels, composite labor rates, and various contract clauses covering topics from whistleblower rights to payment terms and limitations on subcontracting.
This government solicitation, RFQ#70Z08526QIBCT0011, is for Women-Owned Small Business (WOSB) contractors to provide ship repair and drydock services for the USCGC GEORGE COBB DS FY26. The contract will be a Firm Fixed Price Definitive Contract. Proposals are due by January 9, 2026, and must include a price quote, technical capability statement, and past performance information. Technical capability and past performance are significantly more important than price in the evaluation process. Key technical requirements include lists of subcontractors, skilled trader qualifications, dry-dock certifications, and liability insurance. Past performance will be assessed based on relevant contracts completed within the last three years, focusing on quality, schedule, and management.
The document is a pricing schedule for the USCGC GEORGE COBB (WLM-175) Dockside Availability FY2026, dated August 8, 2025. It lists various maintenance and service items for the vessel, including fire prevention, inspection and servicing of hydraulic and mechanical equipment (cargo hatch, chain stoppers, winches, davit, buoy crane), commercial cleaning of vent ducts, renewal of watertight doors, and provision of tenting and temporary services. The schedule also includes a line item for replacing deck covering and a composite labor rate. All items are currently priced at $0.00, indicating it is a draft or placeholder for future bidding, with no definite or optional item totals calculated yet.
This document outlines the FY2026 dockside repair specifications for the USCGC GEORGE COBB (WLM 564), a 175-foot buoy tender. It details 17 work items, including fire prevention, inspection and servicing of hydraulic and mechanical systems (cargo hatch, chain stoppers, winches, davit, buoy crane, warping capstan), exhaust piping cleaning for diesel generators, vent duct cleaning, and renewal of weathertight doors. The document also lists government-furnished property, critical inspection items, and the vessel's principal characteristics. General requirements cover contractor responsibilities for environmental protection, welding, preservation, and adherence to various Coast Guard and federal regulations.
Attachment 3 is a Past Performance Information Form designed for offerors to provide detailed historical contract data. This multi-page form requires the offeror's name, contract or job identifier, and comprehensive customer reference information including the company name, address, point of contact, telephone number, and email. It also mandates the total dollar value of the effort, specifying definite and option items, broken down by fiscal or calendar year. The form asks for the period of performance, including start and end dates, and the number of time extensions. A crucial section requires a detailed description of the work performed, emphasizing its relevance to the current solicitation's scope. Additionally, it requests information on any subcontractors utilized, a description of their work extent, and the annual dollar value of their subcontracts. This form is essential for evaluating an offeror's past performance in government procurement processes.
Attachment 4 outlines the procedure for offerors to submit questions regarding the USCGC GEORGE COBB (WLM 564) solicitation, USCG RFQ Number 70Z085-26-Q-IBCT-0011. Questions must be submitted in writing using the provided “Request for Clarification” form, with one question per form. Each form requires the offeror’s firm name and submission date. Submissions are to be sent via email only to Ou.T.Saephanh@uscg.mil and Sandra.A.Martinez@uscg.mil. The deadline for question submission is 23 January 2026, at 8 AM PST. This document is crucial for ensuring clarity and addressing offeror inquiries within the federal government RFP process.
This document is an amendment to Solicitation 70Z08526QIBCT0011, dated December 8, 2025, for a Fixed-Firm Price Definitive Contract. The amendment, effective December 10, 2025, corrects pages 8 and 9 of the solicitation to specify that the requirement is for a vessel homeported in Coast Guard District 11, California, for dockside work at a Government Facility in San Pedro, CA. Key dates include December 19, 2025, for drawing requests and site visit coordination, December 22, 2025, for clarification requests, and January 9, 2026, for offer submission. Offers must be submitted via email, be complete, and include the best price, with an anticipated award date of February 17, 2026, and a performance period from March 17 to May 5, 2026. Proposals require three parts: Price Quote, Technical Capability (limited to a 10-page Gantt chart), and Past Performance Information (limited to 3 pages). Specific technical requirements include lists of subcontractors, skilled trader qualifications, property control systems, NFPA certified chemists, competent persons, qualified sil-brazers, dry-dock certifications, liability insurance, and manufacturer technical representatives. Past performance references should be relevant and from the last three years.
This document is Amendment 0002 to Solicitation 70Z08526QIBCT0011, dated December 23, 2025, issued by Commander, USCG-SFLC-CPD 2, Oakland, CA. The purpose of this amendment is to post answers to Requests for Clarification. Offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in rejection of the offer. If changes to an already submitted offer are desired due to this amendment, they must be made via letter or electronic communication referencing the solicitation and amendment, and be received before the opening hour and date. The amendment form also details fields for contract ID, amendment/modification numbers, effective dates, project numbers, administering office, and contractor information. It specifies that the solicitation's offer receipt hour and date are not extended. This document serves as a modification of a contract/order, detailing administrative changes pursuant to FAR 43.103(b). All other terms and conditions of the original document remain in full force and effect. The contractor is required to sign and return copies of this document.