Controllable Pitch Propeller Blade Set and Monoblock Propeller Overhauls
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, is soliciting proposals for the overhaul of monobloc propellers and Controllable Pitch Propeller (CPP) blade sets. This is an Unrestricted Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) Requirements-Type Contract. Proposals are due by February 23, 2026, at 12:00 PM EST.
Scope of Work
The requirement covers comprehensive inspection, repair, and overhaul services for a wide range of USCG propellers, including those for 87' Patrol Boats, 270' Class, 210'B' Class, 210'A' Class, 154' FRC, 160' WLIC, 175' WLM, 75' F River Tender, 65'/75' River/Construction Tender, 225' WLB, 140' WTGB, and 65' Light Harbor Tugs. All work will be performed on Government-Furnished Property (GFP) at commercial contractor facilities.
Key tasks and requirements include:
- Inspections: Detailed arrival, visual preservation (VPI), visual and technical (VTI), and geometrical/dimensional inspections utilizing computer-aided equipment (e.g., CMM, Prop Scan) with 0.001" accuracy. Dye penetrant inspection is mandatory for surface defects.
- Repair & Overhaul: Refurbishment to a serviceable "A-condition," ensuring polished, professional finishes free of defects. Welding repairs must comply with SFLC Std Spec 0740 and specific ABS/NAVSEA standards.
- Balancing: Single plane balancing per MIL-STD-167-1A, adhering to specific residual imbalance limits.
- Documentation: Submission of Open and Inspect Reports (OIR), Final Inspection Reports, and extensive photographic documentation throughout the process.
- Quality Assurance: Adherence to ANSI/ASQC Q9001 inspection systems and ISO/IEC 17025 calibration standards. Coast Guard SFLC QA inspections are required at various stages, including final verification.
- Logistics: Secure storage and handling of GFP, specific preservation, packaging, packing, marking (including bar coding), and shipping requirements to the USCG SFLC in Baltimore, MD.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) Requirements-Type Contract.
- Period of Performance: One (1) Base Year plus four (4) 12-month Option Years.
- Minimum Guarantee: $15,000.00 per awardee.
- Ceiling: Total Not-To-Exceed amount is TBD.
- Set-Aside: Unrestricted.
- NAICS Code: 331529 (Size Standard: 500 Employees).
Submission & Evaluation
- Proposals Due: February 23, 2026, at 12:00 PM EST.
- Submission Method: Via email to the Contracting Officer and Contract Specialist.
- Evaluation Factors: Proposals will be evaluated on a best-value tradeoff basis considering:
- Technical Acceptability: Detailed narrative of the overhaul process, proof of calibration programs, inspection systems, and capability statements.
- Past Performance: Based on recent and relevant contracts (within 3 years).
- Price: Reasonableness and ability to perform.
- Eligibility: Offerors must be the Original Equipment Manufacturer (OEM) or an authorized dealer/agent. A subcontracting plan is required.
Contact Information
- Primary: Alissa Gavalian (alissa.gavalian@uscg.mil)
- Secondary: Kaity George (Kaity.George@uscg.mil, 5716076763)