USCGC CALHOUN FQ4 FY26

SOL #: 70Z08526QLREP0015Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

North Charleston, SC

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

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 16, 2026
2
Submission Deadline
May 7, 2026, 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.

Quick Summary

The U.S. Coast Guard is soliciting proposals for dockside repairs to the USCGC CALHOUN (WMSL-759), a 418-foot National Security Cutter, in North Charleston, SC. This is a Total Small Business Set-Aside opportunity, with proposals due by May 7, 2026, 6:00 PM ET. Award will be based on a best-value trade-off, prioritizing technical capability and past performance over price.

Purpose & Scope of Work

This requirement is for a contractor to provide all necessary labor, services, supplies, materials, equipment, and personnel to perform extensive dockside repairs and maintenance. Key work items include, but are not limited to:

  • Maintenance and preservation of the Stern Boat Launch and Recovery System.
  • Inspection and testing of the Talon Grid, Cargo Handling Elevator, Incinerator, Oily Water Separator (OWS) System, and Fire Detection System.
  • Renewal of slip-resistant deck coverings on the flight deck, hangars, and general deck areas.
  • Cleaning and inspection of various tanks (Aviation Fuel, Grey Water, Sewage, MP Fuel, Oily Waste).
  • Provision of tenting, general welding services, and fire prevention measures.
  • Installation of Tank Level Indicators and provision of temporary services. Contractors must adhere to SFLC Standard Specifications and Coast Guard drawings, as detailed in Attachment 2 and the Consolidated List of References (Attachment 8).

Contract Details

  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 336611 (Ship Building and Repairing), Size Standard: 1300 employees
  • Place of Performance: North Charleston, SC
  • Period of Performance: Sufficient to complete all requirements outlined in the Specification for DS FY26 FQ4.
  • Work Hours: Specific work hours are defined for general work, hot work, fuel/oil/water transfers, major machinery operations, and federal holidays. Contractors may request to work outside these hours with advance notice.

Submission & Evaluation

Offerors must submit quotes via email to the Contracting Officer and Contract Specialist. Submissions must include:

  • A planning document (e.g., Gantt Chart) detailing the period of performance, work item dates, and Critical Inspection Reports (CIR) due dates.
  • A written narrative (maximum 10 pages) describing technical capabilities, performance risks, environmental challenges, disruption mitigation, quality assurance, and surge capacity.
  • Pricing submitted using Attachment 1 (Price Schedule) in both Microsoft Excel (.xlsx) and PDF formats.
  • Completion of blocks 12, 17a, and 30a, b, c of the SF1449. Quotes must remain valid for 120 days. Award will be made using a best-value trade-off approach, where Technical Capability and Past Performance are significantly more important than Price. The government intends to make an award without discussions.

Key Dates & Important Notes

  • Questions Submission Deadline: April 24, 2026
  • Proposals Due: May 7, 2026, 6:00 PM ET
  • Published Date: April 16, 2026 Bidders must factor in logistical requirements for FLETC base access and pier lay down (Attachment 7), which includes submission deadlines for forms and security checks. Access to certain technical documents may require Joint Certification Program (JCP) certification, and a Non-Disclosure Agreement (NDA) (Attachment 3) may be required for sensitive information. Questions should be submitted using Attachment 5.

People

Points of Contact

Robin B. KloeppelPRIMARY
William ZittleSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
USCGC CALHOUN FQ4 FY26 | GovScope