Dry-dock (DD): USCGC ALEX HALEY FY26 Repair

SOL #: 70Z08526QLREP0012Combined 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 (West) Ship Repair (Including Overhauls And Conversions) Performed On. Non Nuclear Propelled And Nonpropelled Ships West Of The 108th Meridian (J999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 5, 2026, 12:00 AM

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), under the Department of Homeland Security, has issued a Combined Synopsis/Solicitation for the Dry-dock (DD) Repair of the USCGC ALEX HALEY (WMEC 282) for Fiscal Year 2026. This is a requirements contract with firm-fixed-price task orders, 100% set aside for Small Businesses. The solicitation requires comprehensive repair and maintenance services for the cutter. Offers are due by March 4, 2026, at 4:00 PM Pacific Time.

Scope of Work

The contractor will furnish all necessary labor, materials, services, equipment, and facilities for the dry dock availability of the USCGC ALEX HALEY, in accordance with the detailed specifications (Attachment 2). Key work areas include:

  • Drydocking and Temporary Services: Drydocking, undocking, and provision of temporary utilities.
  • Hull and Underwater Body: Inspection, repair, and preservation of the hull, sea chests, valves, and appendages.
  • Propulsion and Shafting: Inspection and repair of shafts, bearings, seals, and controllable pitch propellers.
  • Machinery and Systems: Repair/replacement of Boiler #2, refrigeration plants, and Ship's Service Diesel Generators (SSDG).
  • Preservation and Coating: Extensive preservation of various surfaces including superstructure, stack, hangar, freeboard, tanks, and anchor chains.
  • Inspections: Critical inspections for tanks, voids, hull plates, propulsion shafts, and rudders.
  • Government-Furnished Property (GFP): The government will provide specific items such as major overhaul kits, seat assemblies, fathometer transducers, boiler tubes, Coast Guard emblems, DS60 system units, power cables, and generator circuit breakers (Attachment 6). Some items are government-loaned.
  • Facility Requirements: The contractor's facility must be accessible from a navigable waterway with a minimum water depth of 20 feet and a minimum vertical clearance of 135 feet.

Contract Details & Timeline

  • Contract Type: Requirements contract with Firm-Fixed-Price Task Orders.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 336611 (Ship Building and Repairing), Size Standard: 1300 employees.
  • Anticipated Period of Performance (First Task Order): July 21, 2026 – November 18, 2026.
  • Contract Ordering Period: July 21, 2026 – December 31, 2026.
  • Offer Due Date: March 4, 2026, 4:00 PM Pacific Time.
  • Proposal Validity: 120 days.
  • Published Date: February 2, 2026.

Submission & Evaluation

  • Submission: Quotes must be submitted via email to Valerie Rivera-Chase (Valerie.S.RiveraChase@uscg.mil) and Andrew G. Jacobs (Andrew.G.Jacobs@uscg.mil).
  • Evaluation Factors: Proposals will be evaluated based on Technical Capability, Past Performance, and Price. Technical Capability is more important than Past Performance, and combined, Technical Capability and Past Performance are significantly more important than Price.
  • Required Forms: Offerors must use Attachment 1 (Price Sheet) for pricing, Attachment 4 (Past Performance Information Form) for past performance details, and Attachment 5 (Request for Clarifications) for questions.
  • Past Performance: The government will use Attachment 9 (Past Performance Questionnaire) to collect feedback from past clients.
  • Eligibility: Offerors must be registered in SAM.gov. Specific certifications (e.g., Dry-dock Certification, welding) may be required.

Key Dates & Actions

  • Technical Package Request Deadline: February 18, 2026.
  • Site Visit Registration Deadline: February 18, 2026 (site visit encouraged).
  • Questions Deadline: February 25, 2026.

People

Points of Contact

Valerie S Rivera-ChasePRIMARY
Andrew G. JacobsSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 7, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 28, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Dry-dock (DD): USCGC ALEX HALEY FY26 Repair | GovScope