CGC MAPLE DOCKSIDE REPAIRS
ID: 70Z0852526QIBCT0014Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (EAST) (J998)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for dockside repairs to the USCGC MAPLE (WLB 207) as part of its FY2026 Dockside Availability. The procurement involves comprehensive dry-dock repairs, including maintenance, inspection, and renewal of various ship systems, with a focus on compliance with Coast Guard and NAVSEA standards. This opportunity is set aside for small businesses under NAICS Code 336611 (Ship Repair) and will be conducted as a firm-fixed-price or Indefinite Delivery Requirement (IDR) contract, with work scheduled from March 17 to May 26, 2026. Interested parties must submit questions by January 23, 2026, and quotations by February 2, 2026, with further inquiries directed to Iran N. Walker at Iran.N.Walker@uscg.mil or by phone at 757-628-4563.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Coast Guard is soliciting quotes for dry-dock repairs to the USCGC MAPLE (WLB 207) for its FY2026 Dockside Availability. This is a full and open competition, set aside for small businesses under NAICS Code 336611 (Ship Repair). The contract will be a firm-fixed-price or Indefinite Delivery Requirement (IDR) contract, subject to fund availability, for work performed at the vessel's homeport in Atlantic Beach, NC, from March 17 to May 26, 2026. Key dates include a January 23, 2026, deadline for questions and a February 2, 2026, deadline for quotations. The solicitation includes detailed clauses on contractor responsibilities, security prohibitions (e.g., against specific foreign telecommunications equipment and drones), invoice payment instructions, and procedures for additional work, emphasizing a composite labor rate for changes. It also outlines the process for Condition Found Reports and contractor performance evaluation.
    This document is a pricing schedule for the USCGC MAPLE (WLB-225B) Dockside Availability FY2026, detailing 42 definite items (D-001 to D-042) and two optional items (O-00A and D-00B) for maintenance, inspection, repair, and renewal. The scope of work includes fire prevention, cleaning and inspecting various tanks (fuel, lube oil, hydraulic oil, potable water, grey water, sewage), inspecting and servicing hydraulic and mechanical equipment (chain stoppers, winches, davits, buoy crane), commercial cleaning of exhaust piping and vent ducts, preserving tanks and compartment decks, renewing components like pilot house windows, hand rail stanchions, LED flood lights, deck penetrations, drains, vent closures, kickpipes, vent screens, piping and compartment insulation, and deck covering, replacing fuel oil tank level sensors, and various repairs (aft capstan, buoy deck control booth, buoy port fairing). It also specifies a composite labor rate, assumed G&A and profit factors, and provides a breakdown for labor hours and material/sub-contractor costs. The document includes a list of labor rates across various geographical areas.
    The USCGC MAPLE (WLB 207) FY2026 Dockside Repairs specification outlines maintenance, inspection, and overhaul tasks for the vessel. Developed by Jason W. Taylor, the document details 42 work items covering cleaning, inspection, servicing, repair, and renewal of various ship systems, including fuel and oil tanks, exhaust piping, ventilation ducts, potable water tanks, compressed air systems, hull fittings, hydraulic equipment (winches, chain stoppers, davits, crane), grey and sewage holding tanks, windows, handrails, lighting, compartment decks, watertight penetrations, drains, vent closures, kickpipes, screens, heat exchangers, insulation, and fuel oil tank level sensors. It emphasizes compliance with Coast Guard and NAVSEA standards, listing critical inspection items and government-furnished property. The specification includes extensive references to Coast Guard drawings and technical publications, along with quality assurance inspection forms for preservation work, ensuring thorough and compliant repairs.
    This document, Attachment 4, outlines the process for offerors to submit questions regarding the USCGC MAPLE DOCKSIDE REPAIRS solicitation (USCG RFQ Number: 70Z08526QIBCT0014). Questions must be submitted in writing on the provided “Request for Clarification” form, with one question per form, including the offeror’s firm name and submittal date. Submissions are to be sent via email only to Iran.N.Walker@uscg.mil and Delarue.S.Shelton@uscg.mil. The deadline for submitting requests is January 23, 2026, at 4:00 pm EST. All questions will be answered by an Amendment to the solicitation.
    The U.S. Coast Guard issued a Justification for Other Than Full and Open Competition to secure the services of a certified Welin-Lambie Tech Rep. The purpose is to commission an overhauled davit for work item 21, specifically for a Welin Lambie Dual Point Davit TWPIV 5.0B, requiring inspection, testing, and overhaul. Welin Lambie Limited, located in the United Kingdom, is identified as the sole source due to their OEM status. The justification emphasizes that only the OEM can provide the necessary technical expertise to ensure compliance and prevent significant equipment damage from improper reassembly. The manufacturing drawings and specifications are proprietary to Welin Lambie and have not been acquired by the Coast Guard. The contracting officer will determine fair and reasonable pricing through market research, comparison with previous purchases, current price lists, and other methods.
    The U.S. Coast Guard issued a Justification for Other Than Full and Open Competition to procure a Qualified Technical Representative from Appleton Marine. This sole-source acquisition, justified under FAR 13.106-1(b)(1) for 'Only One Source Reasonably Available' and 'Brand Name,' is for work item 22, involving the inspection and service of an Appleton EB600-60-40 Buoy Crane. Appleton Marine, the Original Equipment Manufacturer (OEM), is deemed the only source capable of providing the necessary proprietary system information, ensuring compliance with manufacturing procedures, and preventing equipment damage during reassembly. Market research supports that only the OEM possesses the required techniques, design specifications, and quality assurance capabilities. The contracting officer will determine price reasonableness through methods such as market research and comparison with previous purchases.
    The U.S. Coast Guard is seeking to acquire specialized technical representative services for work item 37, involving Fuel Oil Tank Level Sensors. This acquisition is justified as an
    The United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP) offers an Alternative Dispute Resolution (ADR) forum for interested parties to resolve concerns regarding USCG procurements. This program aims to address issues fairly and efficiently, avoiding lengthy litigation. Parties are encouraged to first contact the Contracting Officer. If issues remain, they can engage with the Ombudsman informally or file a formal agency protest. An informal process does not suspend contract award or performance, nor does it alter protest filing deadlines. For a formal protest, which may suspend contract activity, parties must first attempt to resolve concerns with the Contracting Officer. Formal protests can be filed with either the Contracting Officer or the Ombudsman, adhering to FAR 33.103 guidelines. The USCG aims to resolve formal protests within 35 calendar days. Contact information for the OPAP is provided, along with an alternative point of contact for the Surface Forces Logistics Center.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DRYDOCK REPAIRS FOR THE CGC OAK
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock repairs for the USCGC OAK (WLB 211) during its scheduled availability from March 31, 2026, to June 20, 2026. The procurement involves a range of maintenance and repair tasks, including hull preservation, propulsion system overhauls, and various inspections, all aimed at ensuring the vessel's operational readiness and compliance with federal regulations. This contract, categorized under NAICS Code 336611 for Ship Building and Repairing, is a total small business set-aside, with quotations due by January 26, 2026, and an anticipated award date of February 4, 2026. Interested parties can reach out to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Iran Walker at iran.n.walker@uscg.mil for further details.
    USCGC MOWAWK Dockside FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC MOHAWK (WMEC-913) during its fiscal year 2026 availability. The procurement involves comprehensive dockside repairs, including cleaning and inspecting various fuel and water tanks, inspecting and overhauling critical machinery, and ensuring the vessel's operational readiness. This opportunity is crucial for maintaining the operational capabilities of the 270-foot Medium Endurance Cutter, which is homeported in Key West, Florida. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on January 2, 2026, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, with the anticipated performance period spanning from August 10 to October 4, 2026.
    CGC VISE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the drydock repairs of the USCGC VISE (WLIC 75305) and the USCG 68A BARGE (68012) for Fiscal Year 2026. This procurement, set aside for small businesses under NAICS Code 336611, requires contractors to provide all necessary materials, equipment, and personnel for repairs scheduled from approximately March 10, 2026, to May 19, 2026, at their shipyard. The project encompasses a comprehensive range of maintenance tasks, including hull inspections, propulsion system overhauls, and fire prevention measures, which are critical for the operational readiness of these vessels. Interested parties must submit their quotations by January 29, 2026, with questions due by January 23, 2026, and can contact Iran N. Walker at Iran.N.Walker@uscg.mil or 757-628-4563 for further information.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    CGC HOLLYHOCK (WLB-225) Drydock Repair FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Unplanned Drydock Availability of the USCGC Hollyhock (WLB-225) during fiscal year 2026. The procurement involves comprehensive drydock repair services, including the overhaul of the vessel’s main reduction gear and various preservation and inspection tasks, with an anticipated performance period from January 15, 2026, to April 15, 2026. This opportunity is crucial for maintaining the operational readiness of the cutter, which plays a vital role in maritime safety and environmental protection. Interested businesses must respond to the Sources Sought Notice by January 4, 2026, at 11:00 AM EST, providing necessary company information and documentation to the designated contacts, Arlene Wright and Joel Mason, via their respective emails.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    DRYDOCK: USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC REEF SHARK (WPB-87) scheduled for fiscal year 2026. The procurement involves extensive maintenance and repair services, including hull preservation, propulsion system overhauls, and electrical system upgrades, to ensure the vessel's operational readiness and compliance with safety and environmental regulations. This opportunity is particularly significant as it falls under the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021, emphasizing the importance of small business participation, particularly for Women-Owned Small Businesses. Interested parties should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, with the performance period set from June 2, 2026, to September 1, 2026.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside repair services for the USCGC GEORGE COBB (WLM-564) during its fiscal year 2026 maintenance period. The procurement involves a Fixed Firm Price Definitive Contract for various repair tasks, including inspection and servicing of hydraulic and mechanical systems, fire prevention, and cleaning of exhaust piping, with a performance period from March 17 to May 5, 2026. This contract is crucial for maintaining the operational readiness of the vessel, which is homeported in Coast Guard District 11, California. Interested parties must submit their proposals via email by January 9, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez at the provided email addresses.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.