DOCKSIDE: USCGC DILIGENCE DOCKSIDE REPAIRS FY26
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 US Coast Guard, under the Department of Homeland Security, is soliciting quotes for dockside repairs onboard the USCGC DILIGENCE (WMEC 616). This opportunity is a Combined Synopsis/Solicitation issued as a Request for Quotations (RFQ) and will result in a Firm Fixed Price contract. The acquisition is a Total Small Business Set-Aside.
Scope of Work
The contractor shall furnish all necessary labor, materials, services, and equipment to perform comprehensive dockside repairs and maintenance on the USCGC DILIGENCE in accordance with the provided specification. Key tasks include:
- Cleaning and inspection of various tanks (fuel, potable water, dirty oil, waste), chain lockers, and voids.
- Overhaul and repair of components such as anchor windlasses, reduction gear lube oil strainer assemblies, and propulsion shafting.
- Replacement of components like flow meters and flexible couplings.
- Cleaning of ventilation systems in engine rooms, galleys, and laundry exhaust.
- Inspection and repair of towing bitts, chocks, and fairleads.
- Preservation and renewal of plating, welds, and structural components.
- Service and inspection of the ammunition elevator, temporary services provision, and touch-up preservation.
- Adherence to SFLC Standard Specifications, Coast Guard Drawings, and various industry standards. Quality assurance measures include inspections, testing (hydrostatic, operational, load), and measurements.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: July 1, 2026 – August 25, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Shipbuilding and Repair and Other Maritime Manufacturing)
- Size Standard: 1300 employees
- Place of Performance: Pensacola, FL (at a US Navy facility)
- Solicitation Number: 70Z08026QMECP0015
Submission & Evaluation
- Quotes Due: March 31, 2026, at 4:00 PM Eastern Time Zone.
- Submission Method: Via e-mail.
- Required Submissions: Technical Capability (15 pages), Experience (5 pages), Past Performance (3 pages), Price Schedule, Planning Document, Coating Plan, Technical Representation Plan, Subcontract Plan, System Flushing and Cleaning Plan, and Welding Documentation.
- Insurance Requirements: Ship Repairer's Liability ($500,000 per occurrence) and Comprehensive General Liability ($500,000 per occurrence).
- Evaluation Factors: Award will be made to the responsible quoter whose quote is most advantageous to the Government, considering Technical Capability, Experience, Past Performance, and Price. Technical Capability, Experience, and Past Performance are significantly more important than price.
- Quote Validity: Quotes must be held firm for 90 calendar days.
Key Dates
- Published Date: March 3, 2026
- Drawings Request Deadline: March 12, 2026
- Site Visit/Ship Check Deadline: March 16, 2026
- Questions Deadline: March 19, 2026, at 12:00 PM Eastern Time Zone
- Quote Submission Deadline: March 31, 2026, at 4:00 PM Eastern Time Zone
Additional Notes
Offerors are urged to inspect the site where services are to be performed. Adherence to CDC, OSHA, state, and local COVID-19 guidance, including a COVID-19 Prevention and Response Plan, is required. Certain drawings and specifications may be subject to Export Control limitations and require certification by the Joint Certification Program (JCP).
Primary Contact: Petal Donald (petal.c.donald@uscg.mil, 5716131471).