Dockside (DS): USCGC KIMBALL FY26 Repair

SOL #: 70Z08526QLREP0013Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Honolulu, HI

NAICS

Ship Building and Repairing (336611)

PSC

Non Nuclear Ship Repair (West) Ship Repair (Including Overhauls And Conversions) Performed On. Non Nuclear Propelled And Nonpropelled Ships West Of The 108th Meridian (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 21, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 20, 2026, 7:00 PM

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 (Department of Homeland Security) is soliciting proposals for Dockside Repairs for the USCGC KIMBALL (WMSL 756), home-ported in Honolulu, HI. This is a Total Small Business Set-Aside opportunity for Fiscal Year 2026. Proposals are due by April 20, 2026, 12:00 PM Local Time (Honolulu).

Scope of Work

This requirement 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 partial 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 replacement of a specific Mafo door.
  • Deck Covering: Repair and sealing of polymeric deck covering and renewal of slip-resistant deck covering in hangar areas.
  • Structural & System Work: Stern boat launch and recovery system maintenance, compressed air receiver cleaning/inspection/testing, and fire prevention measures. Several work items are designated as "Critical Inspection Items" requiring completion within the first 25% of the contract period.

Contract & Timeline

  • Contract Type: Firm Fixed Price, Combined Synopsis/Solicitation (RFQ).
  • Period of Performance: August 18, 2026 – November 11, 2026.
  • Place of Performance: Onboard USCGC KIMBALL (WMSL 756), 400 Sand Island Pkwy, Honolulu, HI 96819.
  • Set-Aside: Total Small Business (NAICS 336611, Size Standard 1,300 employees).
  • Evaluation: Best Value Trade-off, with Technical Capability and Past Performance significantly more important than Price.
  • Proposal Due Date: April 20, 2026, 12:00 PM Local Time (Honolulu). Quotes must remain valid for 120 calendar days.

Key Submission Requirements

Offerors must submit quotes via email to the Contracting Officer and Contract Specialist. Required documents include a completed and signed Standard Form 1449 (SF1449), proof of E-verify enrollment, insurance, and a list of all anticipated subcontractors. A Past Performance Questionnaire (Attachment 4) must be completed by clients and submitted directly to the government contacts by the solicitation's close date. Individuals requiring access to sensitive government information must complete a Department of Homeland Security Non-Disclosure Agreement (Attachment 7).

Amendments & Clarifications

  • Amendment 001 extended the offer receipt date and clarified that a Certified Low Voltage Circuit Breaker Technician (AVO) with 2 years of experience is acceptable in lieu of NETA Lvl III certification for circuit breaker work. It also clarified an intentional omission of a paragraph regarding hydrostatic testing.
  • Amendment 002 addressed vendor questions regarding relief valves in Work Item 007, advising offerors to contact manufacturers directly using provided drawing numbers and pressure specifications, and noting that ship checks may be requested for verification. Offerors must acknowledge receipt of all amendments.

People

Points of Contact

Andrew G. JacobsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 21, 2026
View