USCGC BLUE SHARK (WPB-87360) DOCKSIDE REPAIRS
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 is conducting market research through a Sources Sought notice for dockside repairs to the USCGC BLUE SHARK (WPB-87360), home-ported in Port Angeles, WA. This effort aims to identify capable sources and assess commercial practices for upcoming repair requirements. Responses are due May 13, 2026.
Scope of Work
The contractor will be required to provide all facilities, materials, equipment, and personnel to perform dockside repairs. Key work items include:
- Assessment of Watertight Closures
- Thermographic Inspection of Electrical Power Distribution System (450 VAC and Below)
- Cleaning and Inspection of Engine Room Supply and Exhaust Fan Assemblies
- Cleaning of HVAC System Ducting
- Upgrade of 24VDC Distribution System
- Renewal of Interior Deck Covering System and Jointer Deck
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Period of Performance: 29 calendar days, tentatively from January 5, 2027, to February 2, 2027.
- Anticipated NAICS Code: 336611 (Ship Building and Repairing) with a size standard of 1,300 employees.
- Response Due: May 13, 2026, by 3:00 PM EST.
- Published: April 30, 2026.
Submission & Evaluation
Interested companies should submit information via email to Maryjean.E.Falkenstein@uscg.mil and Jaime.R.Smith@uscg.mil. Required information includes company details, Unique Identifier, Point of Contact, business size and relevant certifications (e.g., 8(a), HUBZone, SDVOSBC), documentation verifying small business certifications, a statement of capability, and past performance information on similar projects.
Responses will be used to determine potential competition and set-aside decisions for any future solicitation.
Eligibility / Set-Aside
Decisions regarding competition and set-asides will be based on the results of this market research. Respondents are encouraged to provide their business size and relevant certifications.
Additional Notes
This is for market research only; no proposals are being requested at this time. No proprietary, classified, or sensitive information should be submitted. Respondents are responsible for monitoring SAM.gov for any future solicitation releases.