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.