CGC MAPLE DOCKSIDE REPAIRS
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, under the Department of Homeland Security, has issued a Combined Synopsis/Solicitation (RFQ) 70Z08526QIBCT0014 for Dockside Repairs for the USCGC MAPLE (WLB 207). This opportunity is a Total Small Business Set-Aside for the vessel's FY2026 Dockside Availability. The repairs will take place at the USCGC MAPLE's homeport in Atlantic Beach, NC. Quotations are due by February 2, 2026, at 4:00 PM Eastern Time.
Scope of Work
The requirement is for all necessary materials, equipment, and personnel to perform comprehensive dockside repairs, cleaning, inspection, and maintenance tasks on the USCGC MAPLE (WLB 207). The scope is detailed in Attachment 2, Specification Revision 2, dated January 27, 2026, which outlines 42 specific "Work Items." These tasks cover various vessel components and systems, including tank cleaning and inspection, hydraulic systems, engine and exhaust systems, ventilation, electrical systems, hull fittings, deck drains, and preservation/coating tasks. Specific equipment overhauls and repairs include Davits, Winches, Chain Stoppers, Steering Gear, and the Buoy Crane.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Requirement (IDR) contract, solicited under FAR Part 12 (Acquisition of Commercial Items).
- NAICS Code: 336611 – Ship Repair, with a small business size standard of 1,300 employees.
- Period of Performance: Approximately March 17, 2026, to May 26, 2026.
- Place of Performance: 2301 E Fort Macon Road, Atlantic Beach, NC. 28512.
Key Amendments
- Amendment 0001 (December 30, 2025): Revised Attachment 1 (Pricing Schedule) and Attachment 2 (Specification). Notably, it removed Work Items D-002, D-003, D-021, D-035, and D-037. Consequently, the Justification & Authorization (J&A) documents for Work Items D-021 (Welin-Lambie Davit services) and D-037 (Fuel Oil Tank Level Sensors) are no longer applicable.
- Amendment A0002 (January 27, 2026): Further revised pages 15 and 16 of the Specification, confirming that Attachment 2, Specification Revision 2, dated January 27, 2026, is the current and applicable version.
Submission Requirements & Deadlines
- Questions Due: January 23, 2026, by 4:00 PM EST. Questions must be submitted using Attachment 4 (Request for Clarification form) via email to Iran.N.Walker@uscg.mil and Delarue.S.Shelton@uscg.mil.
- Quotation Due: February 2, 2026, by 4:00 PM Eastern Time. Submissions must be sent via email to Iran.N.Walker@uscg.mil and Delarue.S.Shelton@uscg.mil.
- Quote Validity: 90 days.
- Anticipated Award Date: On or by February 16, 2026.
Additional Notes
Offerors must complete and submit Attachment 3 (Past Performance Information Form) as part of their proposal. A Justification for Other Than Full and Open Competition (J&A) remains in effect for Work Item 22, requiring specialized technical representative services from Appleton Marine for Appleton EB600-60-40 equipment. The solicitation incorporates provisions and clauses effective through FAC 2024-04 (May 1, 2024). Information regarding the USCG Ombudsman Program for Agency Protests (OPAP) is available in Attachment 5.