Dockside (DS): USCGC MIDGETT FY26 Repair

SOL #: 70Z08526QLREP0011Solicitation

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
Feb 27, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 30, 2026, 6:23 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 (USCG), under the Department of Homeland Security, has issued a Request for Quote (RFQ) for Dockside Repairs of the USCGC MIDGETT (WMSL 757) for Fiscal Year Quarter 4 (FYQ4) of Fiscal Year 2026. This Total Small Business Set-Aside opportunity requires comprehensive ship repair and associated support work to be performed in Honolulu, HI. Quotes are due by 12:00 PM Pacific Time on March 12, 2026.

Scope of Work

This requirement involves extensive dockside repairs and maintenance aboard the USCGC MIDGETT (WMSL 757). The scope includes, but is not limited to:

  • Biennial maintenance for folding boom cranes.
  • Inspection and testing of the Talon Grid, and various components like RQAWTS 21 D and fall arrest D-rings.
  • Preservation and renewal of superstructure components, including the stack and stern deck.
  • Cleaning and inspection of numerous tanks (grey water, oily waste, ballast, fuel, sewage).
  • Modification of the sewage system piping and accesses.
  • Repair and resealing of deck covering.
  • Annual inspection and testing of the cargo handling elevator and fire detection system.
  • Inspection and testing of the incinerator, and replacement of hydraulic piping.
  • Cleaning and flushing of sewage piping, and maintenance of fire prevention systems. The contractor must furnish all necessary labor, materials, services, equipment, and facilities, adhering to SFLC Standard Specifications, security protocols (RAPIDGate), and environmental protection measures.

Contract Details

  • Opportunity Type: Request for Quote (RFQ) / Solicitation
  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 336611 - Ship Building and Repairing (Size Standard: 1,300 employees)
  • Period of Performance: July 28, 2026, to September 19, 2026
  • Place of Performance: Honolulu, HI
  • Agency: US Coast Guard, SFLC Procurement Branch 2

Submission & Evaluation

  • Quotes Due: March 12, 2026, by 12:00 PM Pacific Time via email.
  • Questions Due: March 18, 2026, by 12:00 PM Pacific Time, using the provided "Questions" form (Attachment 5).
  • Submission Requirements: Quotes must follow specific instructions for cover letters, pricing schedules (Attachment 1), and technical capability narratives.
  • Evaluation Factors: Price, Technical Capability, and Past Performance. Technical Capability and Past Performance are significantly more important than Price. Award will be made on a best-value basis.
  • Past Performance: Offerors must submit a Past Performance Questionnaire (Attachment 4) from clients if a CPARS evaluation is unavailable. Completed PPQs must be sent directly to the contracting officers by the solicitation close date.
  • Quote Validity: Quotes must remain valid for 120 calendar days from the solicitation close date.
  • SAM Registration: Offerors must be registered in the System for Award Management (SAM).

Key Attachments & Notes

  • Attachment 1: Price Schedule (CLINs, quantities, units of measure).
  • Attachment 2: Performance Work Statement (PWS_MIDGETT DS FQ4_REV_0) detailing the scope.
  • Attachment 3: Consolidated List of References, crucial for understanding technical requirements.
  • Attachment 4: Past Performance Questionnaire.
  • Attachment 5: Questions form for submitting inquiries.
  • Attachment 6: Government Property Report form for tracking government-furnished property.
  • Attachment 7: Department of Homeland Security Non-Disclosure Agreement (NDA), which may be required for access to sensitive information.
  • A technical package can be requested until March 12, 2026. Some references may be export-controlled, requiring Joint Certification Program (JCP) approval.

Contact Information:

People

Points of Contact

Andrew G. JacobsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2
Solicitation
Posted: Mar 4, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 27, 2026
Dockside (DS): USCGC MIDGETT FY26 Repair | GovScope