52000QR260024929 USCGC SOCKEYE CRANE SERVICES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard Surface Force Logistics Center (SFLC) is seeking proposals for mobile crane services for the USCGC SOCKEYE at US Coast Guard Sector San Francisco, CA. This Total Small Business Set-Aside opportunity requires the removal and re-installation of MTU 8v396 engines and associated interferences. Quotes are due by May 15, 2026, at 09:00 AM EST.
Scope of Work
The contractor will provide mobile crane services, including a certified crane operator, for the removal and re-installation of both MTU 8v396 engines and all associated interferences on the USCGC SOCKEYE. Key requirements include:
- Lifting Capability: Crane must be capable of lifting 13,000 lb. MTU engines and running gear.
- Reach: A center pin radius of 46 feet from the center of the ship to the center of the crane.
- Rigging: Provision of a 4-point harness and rigging equipment rated to lift 13,000 lbs.
- Labor: Estimated 16 hours of labor.
- Personnel: A certified crane operator must be provided.
- Technical Details: A 3D Lift Plan (Link-Belt HTC-8675 II) is available, detailing load calculations (10,485 lbs, 68% capacity at 60' radius), crane specifications, ground bearing pressure analysis, and synthetic roundsling safety guidance.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order, processed under FAR Part 12 and Simplified Acquisition Procedures (FAR Part 13).
- NAICS Code: 336611 - Ship Building and Repairing.
- Set-Aside: Total Small Business Set-Aside.
- Place of Performance: US Coast Guard Sector San Francisco, 1 Yerba Buena Island, San Francisco, CA 94130.
- Estimated Dates: Services are estimated for May 28-29, 2026, though dates are subject to change based on pier space availability.
- Quote Due Date: May 15, 2026, at 09:00 AM Eastern Standard Time.
Submission Requirements
Interested vendors must submit quotes on company letterhead stationery, including:
- Product/service details and Product Data Sheet.
- Detailed cost breakdown (Cost Breakdown, Unit Cost, Extended Price, Total Price).
- Payment Terms and any offered prompt payment discount.
- Company Unique Entity ID (UEI) and CAGE Code.
- Vendors must be registered in SAM.gov.
Evaluation Criteria
Award will be made to the responsible contractor whose quote conforms to the solicitation and is most advantageous to the Government, representing the best value. Evaluation will consider specification, price, past performance, and quality. The Government reserves the right to award on an "All or None Basis."
Key Contacts
- For Questions: EMC Jonathan Grondin (EPO USCGC Sockeye) at Jonathan.a.grondin@uscg.mil or (727)-656-8786.
- For Quote Submission & Contracting Questions: Timothy Ford (Timothy.S.Ford@uscg.mil) and Joshua Miller (Joshua.N.Miller@uscg.mil).
Additional Information
All contractor personnel requiring access to the performance site must possess a valid REAL ID-compliant driver’s license or acceptable alternative identification. Various FAR clauses, including 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, and 52.204-7, apply. Offerors must complete annual representations and certifications electronically via SAM.gov.