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, 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 Total Small Business Set-Aside opportunity for non-nuclear ship repair. The solicitation, identified as a requirements contract with firm-fixed-price task orders, requires comprehensive maintenance and repair services. Offers are due by March 4, 2026, at 4:00 PM Pacific Time.

Scope of Work

The contractor will furnish all necessary labor, material, services, equipment, and supplies for the dry dock availability of the USCGC ALEX HALEY, in accordance with the updated Attachment 2 Specification (Rev-2, 09 February 2026). Key work areas include drydocking, temporary services, hull and underwater body inspection/repair/preservation, propulsion and shafting maintenance, machinery and systems repair (including Boiler #2, refrigeration plants, and Ship's Service Diesel Generators), and various preservation and coating tasks. Critical inspection items must be completed within the first 25% of the availability period. The government will provide specific items as Government-Furnished Property (GFP), detailed in Attachment 6. 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 & 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.
  • Period of Performance: Anticipated first task order performance is July 21, 2026 – November 18, 2026, within a contract ordering period of July 21, 2026 – December 31, 2026.
  • Offer Due Date: March 4, 2026, 4:00 PM Pacific Time.
  • Published Date: February 10, 2026.

Evaluation

Proposals will be evaluated based on Technical Capability, Past Performance, and Price. Technical Capability is considered more important than Past Performance. Combined, Technical Capability and Past Performance are significantly more important than Price. Offerors must submit past performance information using Attachment 4 and be aware that Attachment 9 (Past Performance Questionnaire) will be used for feedback.

Submission Requirements

Offers must be submitted via email to Valerie Rivera-Chase (Valerie.S.RiveraChase@uscg.mil) and Andrew G. Jacobs (Andrew.G.Jacobs@uscg.mil). Proposals must remain valid for 120 days. A composite labor hour rate is required, covering direct labor, benefits, indirect costs, overhead, G&A, and profit. Bidders must use the updated Attachment 1 Pricing Sheet (10 February 2026) to provide their costs and markup rates. Questions regarding the solicitation were due by February 25, 2026, using Attachment 5. A site visit was encouraged, with registration required by February 18, 2026.

Eligibility

Offerors must be registered in SAM.gov and possess specific certifications, including Dry-dock Certification and welding certifications. The solicitation also includes a Department of Homeland Security Non-Disclosure Agreement (Attachment 7), which may be required for access to sensitive information.

People

Points of Contact

Valerie S Rivera-ChasePRIMARY
Andrew G. JacobsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

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 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View