Ultrasonic Side Scan Testing Services
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 United States Coast Guard (USCG) Yard is conducting Market Research through a Sources Sought Notice to identify qualified, commercially available sources for Ultrasonic Side Scan Testing Services. These services are required for upcoming vessels scheduled for availability at the U.S. Coast Guard Yard in Baltimore, MD. This is not a request for proposal. Responses are due February 24, 2026.
Scope of Work
The work involves providing all personnel, equipment, supplies, and services necessary to perform Ultrasonic Side Scan Testing. This includes "Scanning Crawler Automated Test" to detect metal corrosion and deterioration on underwater hulls, freeboard plating, decks, and tanks of various Coast Guard vessels (e.g., 327’ Barque Eagle, 270’ Medium Endurance Cutters, 154’ Fast Response Cutters). Testing will occur on vessels in dry-dock. The requirement is for non-personal services and is anticipated to be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
Performance Standards
Key standards include a scanning resolution of 0.5" x 0.5", color-coded wastage highlighting (RED for >= 25%, YELLOW for 15%-24%, GREEN for <15% of nominal plate thickness), paint coating thickness measurement, and handheld Ultrasonic Thickness (UT) readings for verification. Final reports, including C-scan images and plate summaries, are due within 3 working days of inspection completion.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Structure: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Anticipated Duration: One (1) 12-month base period and four (4) 12-month option periods.
- Set-Aside: None specified (market research stage to identify potential set-asides).
- NAICS: 541330 (exception 3) Marine Engineering and Naval Architecture Services, with a small business size standard of $47.0 million.
- Place of Performance: U.S. Coast Guard Shipyard, Curtis Bay, Baltimore, MD 21226.
- Response Due: February 24, 2026, by 7:00 PM ET.
- Published: February 13, 2026.
Personnel & Security Requirements
Personnel must meet ASNT CP-189 Standards (Level II or III certified), with an ASNT Level III certified analyst required on-site. Contractor employees need U.S. citizenship or lawful permanent residence, and RAPIDGate Program or TWIC for repeat access.
Response Requirements
Interested parties must submit their capabilities, company information (business point of contact, phone, email, UEI), and state their business size classification (Large, Small, 8(a), HubZone, WOSB, VOSB, SDVOSB) under NAICS 541330. Responses should be submitted in writing to Carol Dreszer at carol.l.dreszer@uscg.mil.
Additional Notes
This notice is for market research only and does not constitute a Request For Proposal. The Government is not obligated to award a contract, and no reimbursement will be made for response costs.