USCGC HARRIET LANE DOCKSIDE REPAIRS FY26
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, Surface Forces Logistics Center is conducting a Sources Sought / Request for Information to identify capable sources for Dockside Repairs on the USCGC HARRIET LANE (WMEC-903). The work will be performed at the cutter's homeport in Joint Base Pearl Harbor-Hickam, HI. This market research aims to determine industry capabilities for a potential Total Small Business Set-Aside. Responses are due by January 27, 2026.
Scope of Work
The requirement involves comprehensive dockside repairs for the 270-foot Medium Endurance Cutter. Work items include, but are not limited to:
- Cleaning and inspection of various tanks (Aviation Fuel, MP Fuel, Potable Water, Ballast, Dirty Oil/Waste) and chain lockers.
- Propulsion shafting strain gauge alignment checks.
- Inspection and testing of circuit breakers, towing bitts, chocks, and fairleads.
- Commercial cleaning of engine room, galley, and laundry exhaust vent ducts.
- Overhaul of the warping capstan and service of the commissary hoist.
- Optional and renewal items such as tank preservation, anchor windlass replacement, hull and structural plating renewal, chill water piping insulation renewal, shaft seal components renewal, watertight hatch renewal, and deck covering system renewal.
Contract & Timeline
- Type: Sources Sought / Request for Information (Market Research)
- NAICS Code: 336611, Ship Building and Repairing (Size Standard: 1,300 employees)
- Anticipated Period of Performance: 56 calendar days, from August 13, 2026, to October 7, 2026.
- Set-Aside: Anticipated Total Small Business Set-Aside (FAR 19.5)
- Response Due: January 27, 2026, 4:00 PM EST
- Published: January 5, 2026
Submission Requirements
Interested companies should submit information via email to Kimberly.y.burtwell@uscg.mil, including:
- Company name, address, UEI, and point of contact.
- Business size status (e.g., 8(a), HubZone, SDVOSBC, Small Business) with verifying documentation.
- A statement confirming intent to submit a proposal as a prime contractor if a solicitation is issued.
- Past performance information for similar work, including contract details and points of contact.
Additional Notes
This is a market research notice only and not a solicitation. The Government will not pay for information provided and is not obligated to award a contract. Respondents should monitor SAM.gov for any future solicitations.