87' WPB Laser Shaft and Rudder Alignment Survey

SOL #: 52155PR260000181Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
BASE KETCHIKAN(00035)
KETCHIKAN, AK, 99901, United States

Place of Performance

Ketchikan, AK

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Equipment And Materials Testing: Engines, Turbines, And Components (H228)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 20, 2026
2
Submission Deadline
May 6, 2026, 8:00 PM

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) is soliciting proposals for Laser Shaft and Rudder Alignment Survey Services for an 87' WPB Cutter at USCG Base Ketchikan, Alaska. This Total Small Business Set-Aside opportunity seeks a qualified contractor to perform propulsion shaft and rudder alignment, including stern tube and rudder bearing alignment checks, using optical or laser methods. The contract will be a Firm Fixed-Price award, with technical factors significantly more important than price. Proposals are due May 6, 2026.

Scope of Work

The contractor will provide a qualified technical representative and equipment to perform comprehensive alignment surveys. Key tasks include:

  • Shaft and Rudder Alignment: Conduct alignment checks of shaft line bearing carriers and lower/upper rudder bearing housings.
  • Measurement & Recording: Measure and record vertical and athwartship bearing positions, stern tube/seal flange position, and reduction gear center position relative to the reference line, with measurements accurate to 0.001".
  • Methodology: Utilize optical or laser methods, guided by specified Coast Guard drawings.
  • Coordination: Coordinate with the Government to minimize thermal effects during surveys.
  • Reporting: Record survey results on government-provided forms and provide correction recommendations.
  • Specialized Support: Advise on proprietary Wartsila Rudderstock Seal Type EL system information and assist with seal installation.
  • Logistics: Contractor is responsible for furnishing all specialty tools and transportation.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP) contract.
  • Set-Aside: Total Small Business Set-Aside (FAR 52.219-6).
  • Place of Performance: USCG Base Ketchikan, 1300 Stedman Street, Ketchikan, AK 99901.
  • Period of Performance: On or about May 25-29, 2026.
  • Questions Due: April 30, 2026, 8:00 AM AKDT.
  • Proposal Due: May 6, 2026, 8:00 PM AKDT.
  • Published: April 20, 2026.

Evaluation Criteria

Award will be based on a Best Value Tradeoff, with Technical Factors significantly more important than Price.

  • Technical Factors:
    • Past Performance: Demonstrated experience performing similar alignment services on similar vessels.
    • Technical Capability: Clear understanding of SOW requirements and a sound technical approach.
  • Price: Evaluated for fairness and reasonableness.

Submission Requirements

Offerors must submit:

  • A brief technical narrative (max 3 pages) describing their approach and tooling (e.g., laser, optical).
  • A capability document (max 5 pages) detailing past performance on at least two similar projects.
  • A firm-fixed-price for CLIN 0001.
  • Confirmation of ability to meet the desired start date of May 25, 2026, or propose an alternative.
  • All questions must be submitted via email to Benjamin Reedy by April 30, 2026, 8:00 AM AKDT. Quotes are also submitted via email.

Additional Notes

This acquisition is prepared in accordance with FAR Part 12. Offerors must comply with various FAR provisions and clauses, including those related to SAM registration, tax liability, felony convictions, and the Service Contract Act (SCA). A Wage Determination (WD 2015-5685, Revision 27) for Alaska is applicable, outlining minimum hourly wage rates and fringe benefits. Contractor employees require a visit request four business days prior to site arrival.

People

Points of Contact

Contracting Officer Benjamin ReedyPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 20, 2026
87' WPB Laser Shaft and Rudder Alignment Survey | GovScope