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 16, 2026, 9:00 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, under the Department of Homeland Security, is soliciting proposals for the Dry-dock (DD) Repair of the USCGC ALEX HALEY (WMEC 39/282) for Fiscal Year 2026. This is a Combined Synopsis/Solicitation for a requirements contract with firm-fixed-price task orders. The opportunity is a Total Small Business Set-Aside. Offers are due by March 16, 2026, at 2:00 P.M. PST.

Scope of Work

The contractor will furnish all necessary labor, material, services, equipment, and facilities for the dry-dock availability of the USCGC ALEX HALEY. The extensive scope includes:

  • Drydocking and Temporary Services: Drydocking, undocking, and providing essential temporary services.
  • Hull and Component Preservation: Comprehensive work on the hull, underwater body, freeboard, tanks, and various components.
  • System Overhauls and Repairs: Detailed procedures for sea valves, propulsion shaft coatings, rudders, thruster units, and controllable pitch propeller systems.
  • Component Replacements: Renewal of stern tube seals, piping, and replacement of the Doppler Speed Log system.
  • Machinery Work: Repair of Boiler #2, overhaul of sea strainers, and installation/testing of new Ship's Service Diesel Generators (SSDG).
  • Hazardous Materials: Bidders must account for identified lead-based paint and asbestos-containing materials on the vessel, as detailed in provided surveys.

Contract & Timeline

  • Contract Type: Requirements contract with firm-fixed-price task orders.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5), specifically 100% Small Business Set-Aside for locations outside District 17 of Alaska.
  • Offer Due Date: March 16, 2026, at 2:00 P.M. PST.
  • Clarification Request Deadline: March 11, 2026, at 2:00 P.M. PST.
  • Proposal Validity: 120 days.
  • Anticipated Period of Performance: First task order from July 21, 2026 – November 18, 2026, within a contract ordering period of July 21, 2026 – December 31, 2026.

Key Requirements & Deliverables

Work must adhere to the latest specification (Revision 4, dated February 26, 2026), SFLC Standard Specifications, and numerous referenced technical publications and drawings. The government will provide specific items as Government Furnished Property (GFP), including overhaul kits, fathometer transducers, boiler tubes, and Ship's Service Diesel Generators. Critical inspection items must be completed within the first 25% of the availability. The contractor's facility must be accessible from a navigable waterway with a minimum water depth of 20 feet and a vertical clearance of 135 feet. Optional work items, such as hull plate repair and full underwater body preservation, are to be priced separately.

Evaluation & Submission

Proposals will be evaluated based on Technical Capability, Past Performance, and Price. Technical Capability is more important than Past Performance, and combined, these factors are significantly more important than Price. Offers must be submitted via email to Valerie Rivera-Chase or Andrew Jacob, with emails not exceeding 10MB and including the solicitation number in the subject line. Offerors are encouraged to use the provided pricing sheet and past performance forms.

Contacts:

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
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 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 7, 2026
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 1
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View