Skip to content
Department of Homeland Security

87' Coastal Patrol Boat Starboard and PORT Rudder Overhaul

Solicitation: 70Z08026F16007B00RP
Notice ID: 92f4c3da667149388111d8bfca9684c7
TypeSources SoughtNAICS 332710PSC2040DepartmentDepartment of Homeland SecurityAgencyUs Coast GuardPostedFeb 12, 2026, 12:00 AM UTCDueFeb 18, 2026, 08:30 PM UTCExpired

Sources Sought from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: United States. Response deadline: Feb 18, 2026. Industry: NAICS 332710 • PSC 2040.

Market snapshot

Awarded-market signal for NAICS 332710 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,175,069
Sector total $20,354,308,656 • Share 0.0%
Live
Median
$54,710
P10–P90
$34,092$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,175,069)
Deal sizing
$54,710 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Baltimore, MD • 21226 USA

Point of Contact

Name
Dana D. Solomon
Email
dana.d.solomon@uscg.mil
Phone
5716075200

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 3(00040)
Office
Not available
Contracting Office Address
Baltimore, MD
21226 USA

More in NAICS 332710

Description

This is a SOURCES SOUGHT NOTICE, pursuant to FAR Part 10 (Market Research). This is not a pre-solicitation notice or solicitation for proposals/quotations. For information regarding this acquisition, contact the Contracting official listed herein. ALL INQUIRES SHALL BE IN WRITING.

This is a repost of sources sought notice 70Z08026S16007B00.  The U.S. Coast Guard is reposing this Sources Sought Notice to obtain updated market research information. Interested vendors are encouraged to review the requirements and submit current information regarding their capabilities, experience, and references. All responses will be considered for future acquisition planning.

REQUIREMENT: The U.S. Coast Guard (USCG), Surface Forces Logistics Center has a requirement for the overhaul of both the Starboard (STBD) and PORT Rudders used onboard the USCG 87’ Coastal Patrol Boats

Table 1 – Part List

Part Number                                   NSN                                     Description

87 WPB 561-001 STBD             2040-01-461-1943     Starboard Rudder

87 WPB 561-001 PORT             2040-01-461-1944     PORT Rudder

Overhauls shall be accomplished in accordance with Statement of Work (SOW) entitled, “Work Item 1: 2040-01-461-1943, Rudder, Starboard, Repair” and “Work Item 1: 2040-01-461-1944, Rudder, PORT, Repair.” A copy of both SOW’s is attached with this announcement as Attachment I - Statement of Work. Interested parties will be able to obtain a copy of the required drawing once the resulting solicitation has been issued.

This sources sought notice is being issued to obtain information on vendors capable of performing the overhauls. All costs including packaging, marking and bar-coding in accordance with the Preservation, Packaging, Marking, and Shipping section of the SOW’s shall be incorporated in the cost of each part. Standard manufacturer warranty is required. The anticipated NAICS Code is 332710, Machine Shops, with a size standard of 500 employees.

Period of Performance: It is anticipated that one, firm, fixed-price contract with one (1) Base Year and four (4) Option Periods will be awarded for this requirement.

Submission of Information: If you intend to submit information/documentation on this acquisition, please respond by email to:

Dana Solomon

Email: Dana.D.Solomon@uscg.mil

It is the responsibility of the vendor to ensure delivery of their information. Please submit your information by 3:30 p.m. Eastern Standard Time (EST) on February 18, 2026. The following information/ documentation must be included in your response:

1. A positive statement of your intention to submit a quote for the upcoming solicitation as a prime contractor, to include:

a) Name of Company:

b) Address:

c) Website:

d) System for Award Management (SAM) Unique Entity Identifier Number:

e) POC Name:

f) POC Phone number:

g) POC Email Address:

h) Business size for the applicable NAICS code, and if applicable, your small business status;

2. Subcontracting possibilities for this requirement;

3. Proof you can perform the overhauls in accordance with the SOW standards and processes; and

5. Evidence of experience in overhauling the required items to include contract numbers, project titles and dollar amounts, points of contact and telephone numbers. At least two references are requested.

All of the above must be submitted in sufficient detail for a decision to be made for a small business set aside. A decision on whether this will be pursued as a small business set aside or on an unrestricted basis will be posted at www.Sam.Gov.

Disclaimer and Important Notes: The submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited. For information regarding this acquisition, contact the Contracting officials listed herein. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. No proprietary, classified, confidential or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.