CG SFLC WTGB Officer Stateroom Materials
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 United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is soliciting proposals for a firm-fixed-price contract to provide officer stateroom berthing materials for four WTGB cutters. This is a Total Small Business Set-Aside. Proposals are due by April 6, 2026, at 1:00 PM EDT.
Purpose & Scope
This requirement is for providing officer stateroom berthing items, including single officer beds, sub bases, and mattresses, to support officer stateroom modifications on the USCGC STURGEON BAY, USCGC BISCAYNE BAY, USCGC THUNDER BAY, and USCGC MORRO BAY. The modifications aim to add a new berthing rack for an additional officer billet during the cutters' FY26 drydock and dockside availabilities. The contractor shall provide all required materials for proper installation, adhering to specified NAVSEA drawings and Coast Guard guidance.
Contract Details
- Type: Firm-Fixed-Price Contract (Combined Synopsis/Solicitation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 337127 (500 employees size standard)
- PSC: 2090 (Miscellaneous Ship And Marine Equipment)
- Delivery: Required within 90 days after contract award. Deliveries will be made to Bayonne, NJ; St. Ignace, MI; Rockland, ME; and Cleveland, OH. Tracking information must be supplied within 48 hours of each shipment.
Evaluation Criteria
Award will be made to the responsible offeror whose proposal represents the best value to the Government, considering both price and non-price factors. Non-price factors include technical acceptability and past performance, specifically the offeror's demonstrated ability to provide supplies of similar type and complexity. Past performance will be evaluated using CPARS, other Government records, and information provided by the offeror. The absence of relevant past performance will be evaluated neutrally. Offerors must demonstrate that offered supplies meet requirements through descriptive information (product descriptions, specifications, part numbers).
Submission Requirements
Offerors must submit proposals electronically via email to the identified points of contact. No specific quotation format is prescribed, but submissions must clearly identify offered supplies and demonstrate compliance. Proposals must be on a firm-fixed-price basis, with all-inclusive pricing covering manufacturing, packaging, handling, transportation, duties, and fees. Conditional pricing or escalation language may lead to non-responsiveness. Offerors should identify any subcontractors for major aspects, providing their details and relevant experience. The Government intends to award without discussions, so offerors should submit their best offer initially. All questions must be submitted via email.
Deadlines & Contacts
- Proposals Due: April 6, 2026, 1:00 PM EDT
- Published Date: March 26, 2026
- Primary Contact: Jason Garris (JASON.A.GARRIS@USCG.MIL, 571-608-1592)
- SOW Questions: LTJG Kevin Y. Colόn (Kevin.Y.Colon@uscg.mil, 787-914-4827)