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 U.S. Coast Guard is soliciting proposals for Dry-docking, Repair, and Maintenance Services for the USCGC ALEX HALEY (WMEC 282/39) for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity. The latest specification, Revision 05 dated March 05, 2026, details comprehensive work items. Proposals are due March 16, 2026, at 2:00 P.M. PST.
Scope of Work
The requirement involves furnishing all necessary labor, material, services, and equipment for the dry-dock availability of the USCGC ALEX HALEY. Key tasks outlined in the latest specification (Rev. 05) include:
- Hull and Structure: Drydocking, hull plate repair, preservation of various hull sections (underwater body, freeboard, superstructure), and structural repairs.
- Machinery and Systems: Overhaul and repair of sea valves, strainers, propulsion shafting, stern tube bearings, rudder components, thruster units, diesel generators, refrigeration plants, and boiler systems.
- Preservation and Coating: Extensive requirements for surface preparation, primer application, stripe coating, and topcoat application.
- Inspections: Mandated inspections for critical items including tanks, voids, hull plates, propulsion shafts, and rudders.
- Hazardous Materials: Surveys for lead paint and asbestos-containing materials (ACM) are provided, with specific clarifications on handling ACM.
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).
- 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.
- Proposal Due Date: March 16, 2026, at 2:00 P.M. PST.
- Clarification Request Deadline: March 11, 2026, at 2:00 P.M. PST (now passed).
Key Amendments & Clarifications
Multiple amendments have been issued:
- Amendment 006 (March 13, 2026): Confirmed the proposal due date and provided clarifications on Asbestos Containing Materials (ACM), bow pocket voids, bulwark/chafing rail testing, propeller guard, bellmouths, chain pipes, and bulwark preparation.
- Amendment 005 (March 11, 2026): Revised the specification to Revision 05 (March 05, 2026) and answered vendor questions regarding various work items (e.g., rudder carrier bearing repairs, non-accessible void volumes, shaft coverings, refrigeration system scope).
- Amendment 004 (March 07, 2026): Extended the proposal due date to March 16, 2026, and the clarification request deadline to March 11, 2026. It also addressed questions on hazardous materials and Government Furnished Equipment (GFE).
Submission & Evaluation
Proposals must be submitted via email to Valerie Rivera-Chase or Andrew Jacob, with emails not exceeding 10MB. Evaluation factors include Technical Capability, Past Performance, and Price. Technical Capability is more important than Past Performance, and combined, they are significantly more important than Price. Offerors must be registered in SAM.gov.
Important Notes
Offerors should review the latest specification (Rev. 05) and all amendments to ensure compliance. The solicitation includes attachments such as a pricing sheet, past performance forms, and a list of government-furnished property.