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 20, 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 is soliciting proposals for Dry-dock and Repair services for the USCGC ALEX HALEY (WMEC 282) for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity. The requirement involves comprehensive maintenance, preservation, and system overhauls. Proposals are due March 20, 2026, at 2:00 PM PST.

Scope of Work

The scope includes furnishing all necessary labor, material, services, equipment, and facilities for the dry-dock availability. Key work items detailed in the latest specification (Rev. 05, dated March 05, 2026) 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 across various vessel areas.
  • Component Replacements: Includes replacement of sewage and grey water piping, stern tube seals, upper rudder carrier bearings, and the Doppler Speed Log system.
  • Inspections and Testing: Various inspection and testing requirements, including hull plate, tank, rudder, and shaft alignment inspections, and sea trials.
  • Optional Work Items: Specific items like Hull Plates (U/W Body) Repair, U/W Body hull Preserve (Full), Tanks (Potable Water) Preserve, Rudder Stock Remove/Inspect/Repair, and Ship's Service Diesel Generator (SSDG) Install and Test are designated as optional and should be priced accordingly.

Hazardous material surveys for lead paint and asbestos are provided, and additional work related to newly discovered asbestos-containing materials will require a Change Request.

Contract Details

  • Contract Type: Requirements contract with firm-fixed-price task orders.
  • Set-Aside: Total Small Business Set-Aside.
  • 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.
  • Government Furnished Property: A consolidated list of GFP is provided, including major overhaul kits, seat assemblies, fathometer transducers, boiler tubes, and Ship's Service Diesel Generators.

Submission & Evaluation

  • Proposal Due Date: March 20, 2026, at 2:00 PM PST.
  • Submission Method: Proposals must be submitted via email to Valerie Rivera-Chase (Valerie.S.RiveraChase@uscg.mil) or Andrew Jacob (Andrew.G.Jacobs@uscg.mil). Emails must include the solicitation number in the subject line 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 the provided Attachment 1 Pricing Sheet, Attachment 4 Past Performance Information Form, and Attachment 9 Past Performance Questionnaire.
  • Registration: Offerors must be registered in SAM.gov.

Key Amendments & Clarifications

Multiple amendments have been issued, revising the specification to Rev. 05, extending deadlines, and providing answers to vendor questions regarding coating repairs, optional work items, ship check access, CIRs, personnel berthing, and hazardous materials.

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
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8Viewing
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
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 1
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Dry-dock (DD): USCGC ALEX HALEY FY26 Repair | GovScope