Dockside (DS): USCGC KIMBALL FY26 Repair
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 is soliciting proposals for dockside repairs for the USCGC KIMBALL (WMSL 756), home-ported in Honolulu, HI. This is a Combined Synopsis/Solicitation (RFQ), designated as a Total Small Business Set-Aside. The performance period is anticipated from August 18 to November 11, 2026. Quotes are due by April 20, 2026.
Scope of Work
This opportunity involves comprehensive dockside repairs and associated support work for the USCGC KIMBALL. Key work items detailed in the specification (Attachment 2) include:
- Tank and Void Maintenance: Cleaning, inspection, and preservation of various tanks (Aviation Fuel, MP Fuel Storage, Ballast, High Purity Water) and accessible voids.
- Equipment Maintenance & Repair: Annual inspection and testing of the Cargo Handling Elevator, inspection and grooming of the Oily Water Separator (OWS) system, biennial maintenance of Folding Boom Cranes, inspection and testing of Circuit Breakers, and renewal of specific components like a Mafo door and Side Boat Davit.
- Deck Covering: Repair and renewal of polymeric and slip-resistant deck coverings in hangar areas and other specified locations.
- Structural & System Work: Maintenance of the stern boat launch and recovery system, compressed air receiver cleaning/inspection/testing, and fire prevention measures. Work must adhere to numerous Coast Guard, NAVSEA, and industry standards (e.g., SFLC Standard Specifications, AWS, ASTM, MIL-SPEC). Several items are designated as "Critical Inspection Items" requiring completion within the first 25% of the contract period.
Contract Details
- Contract Type: Firm Fixed Price
- Place of Performance: Onboard USCGC KIMBALL (WMSL 756), 400 Sand Island Pkwy, Honolulu, HI 96819
- Government-Furnished Property (GFP): Includes an Allied Systems Dual Point Davit, specific filters, and a Mafo door assembly. Contractors will be required to track and report on GFP using Attachment 6.
Eligibility & Set-Aside
This acquisition is a 100% Total Small Business Set-Aside. The applicable NAICS Code is 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Offerors must be registered in the System for Award Management (SAM) and may require Joint Certification Program (JCP) approval for access to export-controlled references.
Submission & Evaluation
Quotes must be submitted via email to the Contracting Officer and Contract Specialist by April 20, 2026, 12:00 PM Local Time. Quotes must remain valid for 120 calendar days. Evaluation will be based on a Best Value Trade-off, where Technical Capability and Past Performance are significantly more important than Price. Offerors must complete and sign Standard Form 1449, provide proof of E-verify enrollment and insurance, and list all anticipated subcontractors.
Key Deadlines & Actions
- Technical Package Request Deadline: March 31, 2026
- Questions Due: April 7, 2026 (submit using Attachment 5 template)
- Quotes Due: April 20, 2026, 12:00 PM Local Time Offerors are responsible for ensuring their clients submit the Past Performance Questionnaire (Attachment 4) directly to the government by the solicitation close date. Individuals accessing sensitive government information will need to complete a Department of Homeland Security Non-Disclosure Agreement (Attachment 7).