CGC HARRY CLARIBORNE DRYDOCK REPAIRS
SOL #: 70Z08526QIBCT0032Combined Synopsis/Solicitation
Overview
Buyer
Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States
Place of Performance
Place of performance not available
NAICS
Ship Building and Repairing (336611)
PSC
Non Nuclear Ship Repair (East) Ship Repair (Including Overhauls And Conversions) Performed On Non Nuclear Propelled And Nonpropelled Ships East Of The 108th Meridian (J998)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 27, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 19, 2026, 2:00 PM
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, SFLC Procurement Branch 2, is soliciting proposals for drydock repairs for the USCGC HARRY CLAIBORNE (WLM 561). This is a Total Small Business Set-Aside for an Indefinite Delivery Requirements Contract (IDR) under FAR Part 12 for commercial items. The period of performance is approximately May 5, 2026, to August 3, 2026. Proposals are due March 19, 2026, at 10:00 AM EST.
Scope of Work
This opportunity requires comprehensive drydock repair services, encompassing 70 distinct work items. Key areas include:
- Hull plating inspection, testing, and preservation.
- Tank cleaning, inspection, and preservation.
- Inspection and service of appendages, hydraulically operated hatches, winches, Z-drive propulsion units, sea valves, anchor chains, and buoy crane components.
- Drydocking and related services, structural repairs, and preservation.
- Sea trials and support. All work must adhere to SFLC Standard Specifications, ASTM standards, and manufacturer's instructions. The contractor's facility must be accessible from a navigable waterway with specific depth and clearance requirements.
Contract Details
- Contract Type: Indefinite Delivery Requirements Contract (IDR) for Commercial Items (FAR Part 12).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336611 (Ship Repair) with a size standard of 1,300 employees.
- Period of Performance: Approximately May 5, 2026, to August 3, 2026.
- Agency: U.S. Coast Guard, SFLC Procurement Branch 2.
Submission & Evaluation
- Proposals Due: March 19, 2026, 10:00 AM EST.
- Submission Method: Via email to Sandra.a.martinez@uscg.mil.
- Quote Validity: Quotes must be valid for 120 days.
- Evaluation Factors: Price, Technical Capability, and Past Performance. Technical Capability and Past Performance are significantly more important than Price.
- Eligibility: Offerors must provide facility certification and dry-dock calculations.
Key Clarifications & Notes
- Amendment 002 provided clarifications, including that an Appleton Technical Representative is not required for "Inspect and Test" work items but is for "inspect and Service."
- Estimated renewal areas for specific Work Items (WI 63, 60, 62) were provided, with final determination post-inspection.
- The NACE Inspector (WI 69) is a Not Separately Priced (NSP) item; its cost should be included in preservation work items for critically coated surfaces. A QP 1 qualified inspector, independent from the shipyard, is acceptable.
- Questions regarding the solicitation were due by March 9, 2026.
- A site visit was strongly encouraged and due by March 13, 2026.
People
Points of Contact
Sandra A. MartinezPRIMARY