Drydock (DD) USCG THETIS DD FY26

SOL #: 70Z08026SCGCTHETISDDLSources Sought

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Non Nuclear Ship Repair (East) Ship Repair (Including Overhauls And Conversions) Performed On Non Nuclear Propelled And Nonpropelled Ships East Of The 108th Meridian (J998)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Nov 21, 2025
3
Response Deadline
Dec 5, 2025, 6:00 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.

                                                               SOURCES SOUGHT NOTICE

                                                                USCGC THETIS (WMEC 910)

                                                                 DRYDOCK REPAIRS FY26

This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.

REQUIREMENT:  This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Norfolk, VA to identify sources capable of providing the following:

DRYDOCK REPAIRS SPECIFICATION:  (Subject to change at the discretion of the Government).  Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform DRYDOCK repairs to the U.S. Coast Guard Cutter (USCGC) THETIS (WMEC 910). The vessel is home ported in KEY WEST, FL.  All work will be performed at the contractor facility.  There is no geographical restriction for this cutter.

SCOPE OF WORK:  The scope of the acquisition is for the DRYDOCK repairs of the USCGC THETIS (WMEC 910). This work will include, but is not limited to the following Work Items:

WORK ITEM 1: Hull Plating, U/W Body, Ultrasonic Testing        

WORK ITEM 2: U/W Body, Preserve, 100 percent 

WORK ITEM 3: Hull Plating Freeboard, Preserve, Partial  

WORK ITEM 4: Propulsion Shaft Fairwaters and Rope Guards, Renew    

WORK ITEM 5: Appendages (U/W), Preserve (Internal) and Leak Test    

WORK ITEM 6: Voids (Non-Accessible), Preserve (Internal) and Leak Test        

WORK ITEM 7: Propulsion Shafting, Strain Gauge Alignment, Drydock, Check  

WORK ITEM 8: Propulsion Shafting; Remove, Inspect, and Reinstall       

WORK ITEM 9: Propulsion Intermediate Shafts; Remove, Inspect, and Reinstall 

WORK ITEM 10: Propulsion Shaft Coating, Renew (Optional)     

WORK ITEM 11: Propulsion Shafting, Straighten (Optional)        

WORK ITEM 12: Propulsion Shaft Seal (Mechanical And Inflatable) Assemblies, Inspect and Repair or Renew 

WORK ITEM 13: Propeller Shaft Sleeves, Renew  

WORK ITEM 14: Propulsion Shafting, Optical or Laser Alignment Check

WORK ITEM 15: Propulsion Shaft Bearings, External, Renew      

WORK ITEM 16: Stern Tube Interior Surfaces, Preserve, 100 Percent (Optional) 

WORK ITEM 17: Controllable Pitch Propellers, Clean and Inspect

WORK ITEM 18: Controllable Pitch Propeller (CPP) System, Inspect and Service           

WORK ITEM 19: Controllable Pitch Propeller (CPP) Hubs, Renew (Optional)     

WORK ITEM 20: Controllable Pitch Propeller (CPP) Hubs, Inspect (Optional)    

WORK ITEM 21: Fathometer Transducer, Renew   

WORK ITEM 22: Fathometer Transducer, General Maintenance   

WORK ITEM 23: Doppler Speed Log Transducer, Clean and Inspect        

WORK ITEM 24: Sea Valves and Waster Pieces, Overhaul Or Renew      

WORK ITEM 25: Sea Strainers, Duplex, All Sizes, Overhaul        

WORK ITEM 26: Sea Strainers, Simplex, All Sizes, Clean and Inspect     

WORK ITEM 27: Rudder Assemblies; Remove, Inspect And Reinstall     

WORK ITEM 28: Fin Stabilizers (Bearings, Packing, Stock/Blade), Repair or Renew           

WORK ITEM 29: Superstructure, Preserve, Partial 

WORK ITEM 30: Cathodic Protection, Zinc Anodes, Renew,        

WORK ITEM 31: Drydock   

WORK ITEM 32: Temporary Services, Provide - Cutter    

WORK ITEM 33: Temporary Services, Heating and Cooling         

WORK ITEM 34: Anchor Windlass, Replace          

WORK ITEM 35: Auxiliary Salt Water Pump, Replace      

WORK ITEM 36: Emergency Diesel Generator Raw Water Pump, Replace          

WORK ITEM 37: Line Shaft Bearings, Adjust

WORK ITEM 38: Fan Space Deck Plating and Structure, Renew   

WORK ITEM 39: Bos’n Storeroom Deck Plating, Renew   

WORK ITEM 40: Sea Chest Piping, Renew

WORK ITEM 41: Sea Chest Piping, Renew

WORK ITEM 42: Machinery Space Deck Plating, Renew  

WORK ITEM 43: Hull Plating, U/W Body, Renew 

WORK ITEM 44: Decoy Launcher Deck Mounts, Remove

WORK ITEM 45: Engine Room Fan Controllers, Renew    

WORK ITEM 46: Tanks, Ballast, Repair and Preserve 100 Percent

WORK ITEM 47: Anchor Chain Components, Renew        

WORK ITEM 48: Ventilation Ducting, Renew        

WORK ITEM 49: MK 38 MOD 3, Install    

WORK ITEM 50: Shaft Seal Components and Auxiliary Seawater Piping, Renew            

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for ninety (90) calendar days with a start date of June 15, 2026, and end date of September 12, 2026. (Subject to change at the discretion of the Government)

ANTICIPATED NAICS CODE/SIZE STANDARD:  The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees.

SUBMISSION OF INFORMATION:  Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Kaity.George@uscg.mil or via fax to (757) 628-4562 (Attn: Kaity George/C&P1-MEC) no later than 1:00 pm on Friday, December 5th, 2026, Eastern Standard Time (EST) with the following information/documentation:

1. Name of Company, Address and UEI Number.

2. Point of Contact and Phone Number.

3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern;  c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC);  d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC);  g. Small Business Concern; h. Large Business Concern

4. Documentation Verifying Small Business Certification:

a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.

b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.

c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company.  Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611.

d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours.  The documentation should also show the business is small under the NAICS code 336611.

e. If claiming EDWOSB status, provide documentation that shows the company is

at least 51% owned by one or more women who are “economically disadvantaged”, and primarily managed  by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours.  The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million

f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611.

g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.

5. Statement of Proposal Submission:  Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.

6. Past Performance Information:  Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available.  Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.

SAM:  Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33.  SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes:  This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on SAM.GOV website. It is the potential offeror's responsibility to monitor sam.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2Viewing
Sources Sought
Posted: Nov 21, 2025
Version 1
Sources Sought
Posted: Nov 21, 2025
View
Drydock (DD) USCG THETIS DD FY26 | GovScope