Overhaul of Coast Guard 32-foot Transportable Port Security Boats (TPSB)
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 (USCG), Surface Forces Logistics Center (SFLC) is conducting market research via a Sources Sought Notice to identify qualified 8(a) Small Business sources capable of overhauling its 32-foot Transportable Port Security Boats (TPSB) and associated trailers. This notice is for market research purposes only; no award will follow. Responses are due by May 15, 2026.
Purpose
This Sources Sought Notice, issued pursuant to FAR Part 10, aims to gather information from the 8(a) Small Business community regarding their capabilities to perform comprehensive maintenance, repair, and overhaul services for the USCG's TPSB fleet. The information will inform future acquisition strategies.
Scope of Work
The requirement involves overhauling the 32-foot TPSBs and their trailers in accordance with a detailed Work Specification Sheet (WSS). Key services include:
- Operational Tests and Inspection: Pre and post-operational testing, Ready for Operations (RFO) inspection.
- Comprehensive Maintenance and Repair: Hull maintenance, transom replacement, fuel tank removal/inspection, limber hole inspection/enlargement, hull sheath replacement, bilge cleaning/inspection, and trailer maintenance.
- Optional Services (as needed): Engine replacement (Government-Furnished Equipment - GFE), engine preventive maintenance, sterndrive replacement (GFE), sterndrive service, and 'Over and Above Work' identified through Condition Found Reports (CFRs).
Performance Requirements
Work must adhere to specified Maintenance Procedure Cards (MPCs) and be performed by qualified personnel, including Marine Machinery Mechanics and Marine Electricians. Contractor-furnished parts must be Original Equipment Manufacturer (OEM) only. A Quality Assurance (QA) program, potentially meeting ISO 9001 standards, is required. The contractor must also provide transportation for boats and trailers.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Place of Performance: Contractor's facility (estimated 8 boats/trailers per period, with option for 2 additional units; 2 boats every 3 months).
- Response Due: May 15, 2026, by 6:00 PM ET.
- Published: April 13, 2026.
Submission Requirements
Interested 8(a) Small Businesses must submit a capabilities proposal, not exceeding 5 pages, including:
- Company Name, Address, and UEI Number.
- Point of Contact and Phone Number.
- Business Size (must be 8(a) Small Business).
- Complete and current data demonstrating capability, with emphasis on current or previous experience in similar work (commercial or government). Photos of capabilities/work location do not count towards the page limit.
Important Notes
This is solely for market research; it is not a Request for Proposal/Quotation, and the Government is not committed to an award. The Government will not pay for information provided. Failure to respond may impact consideration for future restricted competitions. Respondents should monitor SAM.gov for any future solicitations that may result from this notice.
Contact Information
Primary Point of Contact: Kirk Miller (Kirk.Miller2@uscg.mil)