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 seeking proposals for a Firm-Fixed-Price contract to conduct a technical assessment and provide repair and replacement recommendations for the hangar door on the USCGC HEALY (WAGB-20). This opportunity is a Total Small Business Set-Aside. The work will be performed at Vigor Drydock, Portland, OR. Offers are due by March 10, 2026.
Scope of Work
The contractor will perform a comprehensive assessment of the existing hangar door, including its structural, mechanical, and electrical systems, and evaluate compliance with safety standards. Key deliverables include:
- A detailed report with recommended repairs to keep the doors in service and meet NAVAIR certification requirements, including estimated prices.
- Recommendations for at least two potential replacement door solutions, with price estimates. This should include considerations for single vs. dual doors, make/model, past performance, and suitable hangar door standards (MIL-DTL-24151 or alternatives). The recommended replacement door must accommodate two H-60 helicopters with folding tails and rotors, operate 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 proposal.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: March 16, 2026, through March 20, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Ship Building and Repairing) with a 1,300-employee size standard
- Product Service Code (PSC): J019 (Maintenance, Repair, and Rebuilding of Equipment- Ship and Marine Equipment)
- Place of Performance: USCGC HEALY at Vigor Drydock, Portland, OR
Submission & Evaluation
Award will be made to the responsible offeror representing the best value to the Government, considering price and non-price factors. Non-price factors include technical capability (demonstrated understanding and approach, relevant experience, proposed subcontractors) and past performance. Past performance will be evaluated using CPARS, Government records, and offeror-provided information; absence of relevant past performance will not be evaluated favorably or unfavorably. Offerors must submit a narrative quotation detailing their understanding and approach. Subcontractors performing major or critical aspects must be identified with name, address, UEI, and relevant experience. Offers must be submitted electronically via email, 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.
Key Provisions & Requirements
- Wage Determination: Bidders must adhere to Wage Determination No. 2015-5563, Revision No. 27 (Dec 03, 2025), which specifies minimum wage rates and fringe benefits for contract work in designated Oregon and Washington counties. This includes health & welfare, vacation, holidays, and compliance with Executive Orders 13658 and 13706.
- FAR Clauses: Standard FAR provisions and clauses apply, including those related to subcontractor disclosure, SAM registration, CAGE code reporting, and small business program representations.
Deadlines & Contacts
- Offers Due: March 10, 2026, at 1:00 PM UTC
- Questions Due: Submit via email to the identified points of contact. No telephone inquiries.
- Primary Contact: JASON GARRIS, JASON.A.GARRIS@USCG.MIL, 571-608-1592