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 Officer Stateroom Berthing Materials for four WTGB cutters (USCGC STURGEON BAY, BISCAYNE BAY, THUNDER BAY, and MORRO BAY). This Total Small Business Set-Aside opportunity seeks a firm-fixed-price contract for berths, sub-bases, and mattresses. Offers are due by April 6, 2026, at 1:00 PM ET.
Purpose & Scope
This requirement supports officer stateroom modifications on the specified cutters to add new berthing racks for additional officer billets. The contractor shall provide four sets of three items each (4 berths, 4 sub-bases, 4 mattresses, 12 total items). Specific items include single officer's right-hand berths (aluminum, 80 1/2" L x 32 1/2" W), 4" height sub-bases (SST), and officer's/CPO mattresses (76" L x 26" W x 5" D). Delivery is required to Bayonne, NJ; St. Ignace, MI; Rockland, ME; and Cleveland, OH.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business (NAICS 337127, 500 employees)
- PSC: 2090 (Miscellaneous Ship And Marine Equipment)
- Delivery: Within 90 days after contract award, with tracking information provided within 48 hours of shipment. All shipping costs to the four locations must be accounted for.
Evaluation Criteria
Award will be made to the responsible offeror representing the best value to the Government, considering price and non-price factors. Non-price factors include technical acceptability (demonstrated ability to meet requirements, understanding of supplies, reliable sourcing) and past performance (CPARS, Government records, offeror-provided information). Offerors must identify any subcontractors for major aspects, providing their name, address, UEI, and relevant experience.
Submission Requirements
Offers must be submitted electronically via email to the identified points of contact. No specific quotation format is prescribed, but submissions must clearly identify offered supplies, demonstrate compliance, and be complete, clear, and formatted for effective evaluation. Prices must be all-inclusive and firm-fixed-price. The Government intends to award without discussions, so offerors should submit their best offer initially.
Key Dates
- Questions Due: Submit via email to points of contact.
- Offers Due: April 6, 2026, 1:00 PM ET
- Published: April 1, 2026