Dockside (DS): USCGC KIMBALL FY26 Repair
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 is soliciting proposals for dockside repairs for the USCGC KIMBALL (WMSL 756), home-ported in Honolulu, HI. This Total Small Business Set-Aside opportunity covers a range of ship repair and maintenance activities. The performance period is anticipated from August 18 to November 11, 2026.
Scope of Work
This requirement involves comprehensive dockside repairs and associated support work for the USCGC KIMBALL. Key work items detailed in the specification (Attachment 2) include:
- Tank and Void Maintenance: Cleaning, inspection, and preservation of various tanks (Aviation Fuel, MP Fuel Storage, Ballast, High Purity Water) and accessible voids.
- Equipment Maintenance & Repair: Annual inspection and testing of the Cargo Handling Elevator, inspection and grooming of the Oily Water Separator (OWS) system, biennial maintenance of Folding Boom Cranes, inspection and testing of Circuit Breakers, renewal of Side Boat Davit, and replacement of a specific Mafo door.
- Deck Covering: Repair and sealing of polymeric deck covering and renewal of slip-resistant deck covering in hangar areas.
- Structural & System Work: Stern boat launch and recovery system maintenance, compressed air receiver cleaning/inspection/testing, and fire prevention measures.
- Critical Inspection Items: Several items, including void and tank inspections, OWS system inspection, circuit breaker testing, and deck covering renewal, require completion within the first 25% of the contract period.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: August 18, 2026 – November 11, 2026
- Place of Performance: Onboard USCGC KIMBALL (WMSL 756), 400 Sand Island Pkwy, Honolulu, HI 96819
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Ship Building and Repairing)
- Size Standard: 1,300 employees
Submission & Evaluation
- Offer Due Date: April 20, 2026, 9:00 AM HST (Honolulu Standard Time). Note: Amendment 001 extended the offer receipt date.
- Submission: Quotes must be submitted via email to the Contracting Officer and Contract Specialist.
- Validity: Quotes must remain valid for 120 calendar days.
- Evaluation: Best Value Trade-off, with Technical Capability and Past Performance being significantly more important than Price.
- Required Submissions: Completed and signed SF1449, proof of E-verify enrollment, insurance, and a list of anticipated subcontractors.
- Past Performance: Offerors must submit a Past Performance Questionnaire (PPQ) (Attachment 4) completed by clients, or a CPARS evaluation, directly to the government contacts by the solicitation close date.
Key Attachments & Requirements
- Specifications: Attachment 2 details the Performance Work Statement (PWS).
- References: Attachment 3 provides a consolidated list of Coast Guard, NAVSEA, and industry standards crucial for understanding technical requirements.
- Non-Disclosure Agreement (NDA): Attachment 7 (DHS NDA) is required for personnel accessing sensitive government information.
- Government-Furnished Property (GFP): Key GFP includes an Allied Systems Dual Point Davit, specific filters, and a Mafo door assembly. Attachment 6 (Government Property Report) is required for tracking GFP.
- Questions: Offerors must use Attachment 5 to submit questions.
Amendment Notes
Amendment 001 extended the offer receipt date and provided answers to vendor questions. Key clarifications include accepting a Certified Low Voltage Circuit Breaker Technician (AVO) plus 2 years of experience in lieu of a NETA Lvl III certification for circuit breaker work, and confirming the intentional removal of a hydrostatic test requirement. Offerors must acknowledge receipt of this amendment.