CGC Healy Hangar Doors Assessment
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 a firm-fixed-price contract to provide a technical assessment and recommendations for the hangar door on the USCGC HEALY (WAGB-20). This is a Total Small Business Set-Aside. The work includes inspection, repair estimates, and replacement solutions. Performance is scheduled at Vigor Drydock, Portland, OR, from March 16-20, 2026. Proposals are due March 10, 2026.
Scope of Work
The contractor will perform a comprehensive assessment of the USCGC HEALY's hangar door, including its structural integrity, mechanical components, electrical and control systems, and weather seals. Key deliverables include:
- A detailed report with recommended repairs, including estimated prices, to ensure the doors can remain in service and pass NAVAIR certification requirements.
- Recommendations for at least two potential replacement door solutions, including suggestions for using two smaller doors versus one larger door, make and model, past performance, recommended standards (beyond MIL-DTL-24151), and total installation price estimates.
- Replacement doors must be capable of storing two H-60 helicopters, operating in Arctic conditions, and be compatible with NAVAIR Certification.
- The contractor must provide a Qualified Technical Representative familiar with military aircraft hangar doors, whose resume must be submitted with the solicitation.
Contract & Timeline
- Type: Firm-Fixed-Price Combined Synopsis/Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 336611 (Ship Building and Repairing), size standard 1,300 employees
- PSC: J019 (Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks)
- Place of Performance: Vigor Drydock, Portland, OR
- Period of Performance: March 16, 2026 – March 20, 2026
- Response Due: March 10, 2026, 1:00 PM UTC
- Published: March 3, 2026
Evaluation Factors
Award will be made to the responsible offeror whose proposal represents the best value to the Government, considering both price and non-price factors. Non-price factors include:
- Technical capability and the offeror’s demonstrated ability to successfully perform similar requirements.
- Past performance, evaluated using CPARS, Government records, and offeror-provided information. The absence of relevant past performance will not be evaluated favorably or unfavorably.
- The offeror’s proposed subcontracting approach, including the ability to manage subcontracted effort and comply with contract requirements.
Submission Requirements
Offerors must submit a narrative quotation electronically via email to the identified points of contact. The quotation should detail their understanding of the requirement, approach, technical capability, relevant experience, and proposed use of subcontractors. For major or critical subcontractors, provide name, address, UEI, and a summary of relevant experience/past performance. Offers must be firm-fixed-price, all-inclusive, and without conditional pricing. The Government intends to award without discussions, so offerors should submit their best offer initially. All questions must be submitted via email; telephone inquiries will not be accepted. Compliance with FAR provisions and clauses, including SAM registration and Wage Determination No. 2015-5563, Revision No. 27, is required.