Dry-dock (DD): USCGC ALEX HALEY FY26 Repair
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 Department of Homeland Security, US Coast Guard, is soliciting proposals for the Dry-dock (DD) and Repair of the USCGC ALEX HALEY (WMEC 282) for Fiscal Year 2026. This opportunity is a Total Small Business Set-Aside and involves comprehensive maintenance and repair tasks. Offers are due by March 16, 2026, at 2:00 P.M. PST.
Scope of Work
The requirement covers all necessary labor, materials, services, and equipment for the dry-dock availability of the USCGC ALEX HALEY. Work items are detailed in the USCGC ALEX HALEY (WMEC 282) SPECIFICATION FOR DRYDOCK REPAIRS FY2026, REV. 05, dated March 05, 2026. Key tasks include:
- Drydocking, undocking, and temporary services.
- Extensive hull and component preservation (underwater body, freeboard, superstructure, tanks).
- System overhauls and repairs for sea valves, propulsion shafting, rudders, and thruster units.
- Component replacements, including sewage/grey water piping, stern tube seals, and Doppler Speed Log systems.
- Installation and testing of new Ship's Service Diesel Generators (SSDG) and replacement of the refrigeration system.
- Various inspections and testing, including hull plates, tanks, and sea trials.
- Addressing hazardous materials like lead-based paint and asbestos, as identified in surveys.
Contract Details
- Contract Type: Requirements contract with firm-fixed-price task orders.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336611 (Ship Building and Repairing), Size Standard: 1,300 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.
- Place of Performance: Contractor's facility, accessible from a navigable waterway with minimum 20 ft water depth and 135 ft vertical clearance.
Submission & Evaluation
- Offer Due Date: March 16, 2026, at 2:00 P.M. PST.
- Clarification Request Deadline: March 11, 2026, at 2:00 P.M. PST.
- Submission: Proposals must be submitted via email to Valerie Rivera-Chase (Valerie.S.RiveraChase@uscg.mil) or Andrew G. Jacobs (Andrew.G.Jacobs@uscg.mil). Emails must include the solicitation number and be no larger than 10MB per email.
- Proposal Validity: 120 days.
- Evaluation Factors: Technical Capability, Past Performance, and Price. Technical Capability is more important than Past Performance. Combined, Technical Capability and Past Performance are significantly more important than Price.
- Required Forms: Offerors must use Attachment 1 (Pricing Sheet), Attachment 4 (Past Performance Information Form), and Attachment 9 (Past Performance Questionnaire).
Important Notes
Offerors must be registered in SAM.gov. The latest specification is Revision 05, dated March 05, 2026. Hazardous material surveys (lead paint, asbestos) are provided, requiring contractors to account for associated safety and handling procedures. Government-furnished property (GFP) is detailed in Attachment 6.