CGC WEDGE - BARGE DRYDOCK REPAIRS
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 (USCG), through its SFLC Procurement Branch 1, is soliciting quotations for drydock repairs for the USCGC WEDGE (WLR 75307) and the USCG 90B BARGE (90012). This opportunity is a Total Small Business Set-Aside and will result in a Firm-Fixed-Price contract. Quotations are due by April 24, 2026, at 4:00 PM EST.
Scope of Work
The requirement involves comprehensive drydock repairs for FY2026 availability, encompassing 74 detailed "Work Items" as outlined in Attachment 2 (Specification). Key areas include:
- Hull and Structural Work: Inspections, ultrasonic testing, plating renewal, weld repair, and preservation.
- Component Overhaul/Renewal: Propulsion shafting, seals, bearings, propellers, rudders, keel coolers, and various tanks.
- System Maintenance: Electrical systems, navigation lights, and 1MC systems.
- Drydocking and Support: Procedures for both vessels, temporary services, and sea trial support. Notably, Work Item #20, concerning the overhaul and renewal of Propulsion Shaft Seals, requires the services of a qualified Technical Representative familiar with Wartsila equipment. A Justification for Other Than Full and Open Competition (Attachment 6) indicates that Defense Maritime Solutions, Inc. is the only known supplier for these OEM technical representative services, citing proprietary information and expertise.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: June 16, 2026, to August 24, 2026 (as per Amendment A0001)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 – Ship Repair (Small Business Size Standard: 1,300 employees)
- Place of Performance: Vendor's Facility
- Quotation Due Date: April 24, 2026, 4:00 PM EST (extended by Amendment A0002)
- Anticipated Award Date: On or by April 27, 2026
- Questions Due Date: March 27, 2026, 4:00 PM EST (now passed)
Submission & Evaluation
Quotations must be submitted via email to Iran.N.Walker@uscg.mil. Quotes must remain valid for 60 days. Evaluation factors include Technical Capability (most important), Past Performance, and Price. Technical Capability and Past Performance combined are significantly more important than Price. The Government intends to evaluate quotes and make an award without discussions. Offerors must complete the Past Performance Information Form (Attachment 3).
Additional Notes
This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2024-04. The USCG Ombudsman Program for Agency Protests (OPAP) provides guidance for protest procedures (Attachment 5).