87' Coastal Patrol Boat Starboard and PORT Rudder Overhaul
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 (USCG), Surface Forces Logistics Center, has issued a Sources Sought Notice for the overhaul of both Starboard (STBD) and Port Rudders used onboard its 87’ Coastal Patrol Boats. This is a repost of a previous notice to obtain updated market research information. Interested vendors are encouraged to submit their capabilities and experience. Responses are due by February 18, 2026.
Scope of Work
The requirement involves the overhaul of specific rudders:
- Starboard Rudder (Part Number: 87 WPB 561-001 STBD, NSN: 2040-01-461-1943)
- Port Rudder (Part Number: 87 WPB 561-001 PORT, NSN: 2040-01-461-1944) Overhauls must be performed in accordance with the provided Statement of Work (SOW) documents, aiming to return rudders to a serviceable "A" condition, functioning like new. Key aspects include receipt, inspection, abrasive grit blasting, visual and ultrasonic testing, air pressure testing, potential weld repairs (by SFLC Std Spec 0740 qualified welders), and the provision of rudder key stock (316 stainless steel) and rudder nuts. Packaging, marking, and bar-coding in reusable wood boxes are also required. The USCG will provide Government Furnished Property (GFP) including rudders and shipping crates. A Condition Found Report (CFR) is required within 20 days of GFP receipt, and 100% inspection by Coast Guard SFLC QA Representative is mandatory.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm Fixed-Price with one (1) Base Year and four (4) Option Periods.
- NAICS Code: 332710, Machine Shops (Size Standard: 500 employees)
- Set-Aside: To be determined based on market research responses.
- Response Due: February 18, 2026, by 3:30 p.m. EST
- Published: February 12, 2026
Submission Requirements
Interested vendors must submit the following via email to Dana.D.Solomon@uscg.mil:
- A positive statement of intent to submit a quote as a prime contractor, including company details (name, address, website, SAM UEI, POC, business size, small business status).
- Information on subcontracting possibilities.
- Proof of capability to perform overhauls per SOW standards and processes.
- Evidence of experience in overhauling similar items, including at least two references with contract numbers, project titles, dollar amounts, and points of contact.
Additional Notes
This is a market research notice only and not a solicitation. The Government does not intend to pay for information submitted and reserves the right to use provided information for future acquisition planning. No proprietary, classified, confidential, or sensitive information should be included.