USCGC RESOLUTE INSULATION RENEWAL
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 soliciting quotes for Insulation Renewal Services aboard the USCGC RESOLUTE (WMEC 620), located in St Petersburg, FL. This is a Total Small Business Set-Aside procurement, processed as a combined synopsis/solicitation (RFQ Number 52000QR260002936) under FAR Parts 12 and 13. The work involves renewing degraded piping and compartment insulation. Quotes are due by May 04, 2026, at 9 A.M. EST.
Scope of Work
The contractor shall provide all labor, materials, and equipment for the renewal of degraded piping and compartment insulation on the USCGC RESOLUTE. Key tasks include:
- Removal of existing insulation and installation of new insulation for approximately 250 Linear Feet (LF) of anti-sweat piping and 250 Square Feet (SF) of bulkhead and overhead insulation.
- Work will be performed in berthing spaces, passageways, and machinery spaces.
- Proper cleanup and disposal of all insulation debris.
- Coating of all new insulation to prevent sweating, in accordance with SFLC TS 635.
- Sanitization and removal of mold or mildew if discovered.
- Piping insulation renewal for potable water (chill water) systems, including associated pipe hangers, valves, fittings, and flanges, following ASTM F683-14 and NAVSEA Drawing 804-5959214.
- Compartment insulation renewal on bulkheads and overheads, adhering to specified Coast Guard drawings, SFLC Std Spec 0000, and MIL-SPEC/ASTM standards.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order, using Simplified Acquisition Procedures (FAR Part 13.5).
- Set-Aside: Total Small Business.
- NAICS: 336611 (Ship Building and Repairing), Size Standard: 1300 employees.
- Period of Performance: May 25, 2026 – June 05, 2026.
- Place of Performance: USCGC RESOLUTE, 1301 Beach Dr SE, St Petersburg, FL 33701.
- Quote Due Date: May 04, 2026, 9 A.M. Eastern Standard Time.
- Published Date: April 06, 2026.
Evaluation & Submission
Award will be made to the responsible contractor whose quote is most advantageous and represents the best value to the Government, considering specification, price, past performance, and quality (FAR 52.212-2). The Government reserves the right to award on an "All or None Basis" based on the lowest aggregate price.
Interested vendors must submit quotes on company letterhead, including:
- Cost Breakdown (detailed)
- Unit Cost, Extended Price, Total Price
- Payment Terms, Discount for prompt payment
- Company Unique Entity ID (UEI) and CAGE Code
- Warranty information
- Product/service details and Product Data Sheet for technical review.
Mandatory Requirement: Vendors must be registered in SAM.gov (System for Award Management) with current representations and certifications.
Site Visit & Contacts
A highly encouraged site visit should be scheduled with LT Logan Sullivan (209-662-4230) and completed prior to May 01, 2026, to gain a comprehensive understanding of the project.
Submit quotes and direct any questions to Mr. Cornelius Claiborne (Cornelius.N.Claiborne@uscg.mil), with a carbon copy to Contracting Officer CWO Sean Hoy (Sean.W.Hoy@uscg.mil).