Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY
AI Summary
The U.S. Coast Guard is seeking sources for dockside repairs to the USCGC FIR (WLB 213). The work includes various maintenance tasks and is scheduled from September 1 to November 11, 2026. Interested companies should submit their capabilities and relevant documentation by March 25, 2026.
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations.
The applicable NAICS Code is 336611, Ship Building and Repairing, and the size standard is 1,300 employees.
REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Alameda, CA to identify sources capable of providing the following: Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform DOCKSIDE maintenance to the U.S. Coast Guard Cutter, USCGC FIR (WLB 213).
ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees.
GEOGRAPHICAL RESTRICTION:
N/A
PLACE OF PERFORMANCE: 300 North Fill Pier Cordova, AK 99574
DESCRIPTION OF WORK:
This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform Dockside repairs to the U.S. Coast Guard Cutter (USCGC) FIR (WLB 213). This vessel’s homeport is 300 North Fill Pier Cordova, AK 99574. All work is to be performed at the homeport. The required performance period is seventy-one (71) days. The performance period is 01 Sept 2026 – 11 November 2026 to accommodate Coast Guard cutter operational needs.
Description: This Dockside will consist of approximately forty-four (44) work items, not limited to: deck machinery inspect and service, ventilation cleaning, and weathertight door renewal, and tanks clean/inspect.
ITEM
DESCRIPTION
D-001
Fire Prevention Requirements
D-002
Tanks, Potable Water, Clean and Inspect
D-003
Hydraulically Operated Cargo Hatch, Inspect and Service
D-004
Vent Ducts, Engine And Motor Room, All, Commercial Cleaning
D-005
Vent Ducts, Galley and Pantry Room, All, Commercial Cleaning
D-006
Vent Ducts, Laundry Exhaust, Commercial Cleaning
D-007
Vent Ducts, All Other, Commercial Cleaning
D-008
Compressed Air Receivers and System Valves, All, Clean, Inspect, Hydro and Lift
D-009
Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test
D-010
Hydraulic Chain Stoppers, Inspect And Service
D-011
Crossdeck Winches, Inspect and Service
D-012
Hydraulic Inhaul Winch, Inspect And Service
D-013
Mechanical Chain Stoppers, Inspect and Service
D-014
Warping Capstan, Inspect and Service
D-015
Single Point Davit, Inspect and Service
D-016
Commissary Hoist, Inspect and Service
D-017
Buoy Crane, Appleton EB600-60-40, Inspect and Service
D-018
Grey Water Holding Tanks, Clean and Inspect
D-019
Sewage Holding Tanks, Clean and Inspect
D-020
Sewage Piping, Clean and Flush
O-021
Tanks, Grey Water Holding, Preserve, Partial
O-022
Tanks (Sewage Holding), Preserve, Partial
D-023
SORS Cargo Rail Remove
O-024
Tanks, Potable Water, Preserve, Partial,
D-025
Temporary Services, Provide - Cutter
D-026
Steering System PLC, Upgrade
D-027
Thruster Motor, Replace
D-028
Compartment Deck, Preserve
D-029
Air Conditioning Unit Foundations, AMR, Preserve
D-030
Shower Pan Renew
D-031
Sewage Piping, Renew
D-032
Deck Covering (Carpeting), Renew
D-033
Focsle Kickpipe Stuffing Tube, Renewal.
D-034
Foc’sle Deck, Preserve
D-035
Power Circuit Breakers, Inspect, Maintain & Test
D-036
Independent NACE Inspector (Level 3), Provide
D-037
Tenting, Provide
D-038
Main Reduction Gear PTO’s Seal, Renew
D-039
Steering Gear Heat Exchanger, Modify
D-040
Directional Control Valve, Upgrade
D-041
Single Point Davit Ladder, Renew
D-042
Port Anchor Windlass, Inspect and Service
O-043
Dining, Provide
O-044
Lodging, Provide
ANTICIPATED PERIOD OF PERFORMANCE:
01 Sep 2026 through 11 Nov 2026 (Subject to change at the discretion of the Government). If the company is unable to meet this period of performance, it is incumbent upon the company to propose an alternative seventy-one (71) calendar day period of performance.
SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to POC listed in the Sam.Gov announcement with the following information/documentation: Ou Saephanh @ Ou.T.Saephanh@uscg.mil and Sandra Martinez @ Sandra.A.Martinez@uscg.mil no later than 8:00 AM Pacific Time 25 March 2026, with all of the following information/documentation:
1. Name of Company, Address and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HUBZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern
4. Documentation Verifying Small Business Certification: Please provide the following documentation as it applies to your company.
a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
b. If claiming HUBZone status, provide a copy of your HUBZone Certificate from SBA.
c. If claiming SDVOSB status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611.
d. If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611.
e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million.
f. If claiming Woman Owned Small Business (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611.
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.
5. Statement of Proposal Submission: Statement that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.
6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.
SAM: Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (OCT 2018). SAM can be obtained by accessing the internet at https://www.sam.gov/SAM/ or by calling 1-866-606-8220.
Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition.
USCGC FIR (WLB 213) DOCKSIDE REPAIR FY26 is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.