Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    USCGC KUKUI DOCKSIDE REPAIRS

    Sol. USCGC-KUKUI-DOCKSIDE-REPAIRSSources SoughtNORFOLK, VA
    Closed
    STATUS
    Closed
    closed Oct 28, 2025
    POSTED
    Oct 16, 2025
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J998
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking sources for dockside repairs of the USCGC KUKUI (WLB 203). Interested companies should respond by October 28, 2025, with their business size status and intent to bid. The anticipated performance period is from March 31, 2026, to June 9, 2026, at the Coast Guard's homeport in Sitka, AK.

    Contract details

    Solicitation No.
    USCGC-KUKUI-DOCKSIDE-REPAIRS
    Notice Type
    Sources Sought
    Posted Date
    October 16, 2025
    Response Deadline
    October 28, 2025
    NAICS Code
    336611AI guide
    PSC / Class Code
    J998
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Sandra A Martinez
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    service

    Description

    Sources Sought Title: USCGC KUKUI (WLB 203) Dockside (DS) Repairs

    The U.S. Coast Guard is looking for sources which would be interested in performing Dockside repairs for Coast Guard Cutter KUKUI (WLB 203).

    USCGC KKUKUI (WLB 203) is a 225-foot Seagoing Buoy Tender

    USCGC VISE HOMEPORT ADDRESS: 1480 Seward Avenue, Sitka, AK. 99835 

    ANTICIPATED PERIOD OF PERFORMANCE: 31 March 2026 to 9 June 2026 (Subject to change)

    PLACE OF PERFORMANCE: 1480 Seward Avenue, Sitka, AK. 99835

    The scope of this acquisition is for the dockside repairs of various work items for USCGC KUKUI.  The work will include, but is not limited to:

    Fire Prevention Requirements <Type>

    Tanks, Potable Water, Clean and Inspect

    Hydraulically Operated Cargo Hatch, Inspect and Service

    Vent Ducts, Galley and Pantry Room, All Commercial Cleaning

    Hydraulic Inhaul Winch, Inspect and Service

    Single Point Davit, Inspect and Service

    Sewage Holding Tanks, Clean and Inspect

    Tanks (Sewage Holding), Preserve and Inspect

    Temporary (Sewage Holding), Preserve, Partial

    Deck Covering, Interior, Wet and Dry, Renew

    Shower Renew

    Pilot House Window Replace

    Steering Ram Seals, Renew

    Pilot House Window Replace

    Steering Ram Seals, Renew

    Sewage Piping, Renew

    Firemain (FM) Piping, Renew

    Boat Deck, Port and Starboard, Removable Lifeline Latches, Modify

    Lifelines and Ancillary Fittings, Modify

    Steering Gear Heat Exchanger

    Tanks, Potable Water, Preserve, Partial

    Complete MMA Anchor Windlass Valve Mods WLB-225 A Class Cutters

    Independent NACE Inspector (Level 3), Provide

    Auxiliary Machinery Room, Upper-Level Deck, Preserve

    Tenting, Provide

    Mechanical Chain Stopers, Inspect and Service

    Directional Condition Valve, Upgrade

    Crossdeck Winches, Inspect and Service

    Buoy Crane, Appleton EB600-60-40, Inspect and Service

    Sewage Piping, Clean and Flush

    SORS Cargo Rail Remove

    Steering System PLC, Upgrade

    SSDG Isolation Mount, Renew

    Fluxgate Digital Compass System, Upgrade

    <Type>Circuit Breakers, Inspect, Maintain and Test

    Hydraulic Chain stoppers, Inspect and Service

    Hull Fittings (Weight Handling Rigging Hardware), Inspect and Test

    Grey Water Holding Tanks, Clean and Inspect

    Tanks, Grey Water Holding, Preserve, Partial

    Companies which would be interested in submitting a proposal for this requirement should reply to this Sources Sought Notice noting their business size status such as large business, small business, HUBZone, Service-Disabled Veteran-Owned, Women Owned Small Businesses…

    Replies should be sent by 28 October 2025, 4:00pm Eastern Standard Time to Ms. Jayne Gluck, email: Jayne.Gluck@uscg.mil and Ms. Sandra Martinez, email: Sandra.A.Martinez@uscg.mil 

    Include the following information:

    Subject Line: Sources Sought Response for Dockside (DS) Repairs.

    1. Company Name, Address, and Unique Entity ID:

    2. Point of Contact, Phone number, and Email address:

    3. Business Size applicable to the NAICS Code:

    • Please state which of the following applies to your company for Business Size:

    a. 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. Economically Disadvantaged Woman Owned Small Business Concern (EDWOSB).

    f. Woman Owned Small Business Concern (WOSBC).

    g. Small Business Concern.

    h. Large Business Concern

    4. A positive Statement of your intention to submit a bid for this solicitation as a prime contractor

    5. Documentation Verifying Small Business Certification. Please provide the following documentation as it applies to your company:

    If claiming 8(a) status, provide a copy of your 8(a) Certification from the Small Business Administration (SBA).

    If claiming HUBZone status, provide a copy of your HUBZONE Certificate from the SBA.

    If claiming SDVOSBC status, provide documentation that shows the Service-Disabled 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. Provide documentation that shows the business is small under NAICS code 336611.

    If claiming VOSBC 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.

    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. 

    If claiming Woman Owned Small Business 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.

    Shortly after receiving responses the Coast Guard will determine if this requirement will be set aside or unrestricted.  After the determination a combined synopsis/solicitation will be posted on this website https://sam.gov

    Key dates

    1. October 16, 2025Posted Date
    2. October 28, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    USCGC KUKUI DOCKSIDE REPAIRS 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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.