DRY DOCK USCG BEAR FY26 UPDD
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 (USCG), through its SFLC Procurement Branch 1, is soliciting proposals for unplanned drydock repairs for the USCGC BEAR (WMEC 901). This Total Small Business Set-Aside opportunity requires services to be performed at a commercial contractor's facility within 50 miles of Portsmouth, VA. Quotes are due February 27, 2026, at 10:00 AM EST.
Scope of Work
This solicitation covers comprehensive drydock repairs for the USCGC BEAR during Fiscal Year 2026. Key work items include:
- WORK ITEM 1: Tanks, Ballast, Repair and Preserve 100 Percent: Extensive repair and preservation of specific ballast tanks (4-228-1-W, 4-228-2-W, 4-242-0-W), which are also used for grey water and are considered immediately dangerous to life and health (IDLH). This involves steel renewal (approx. 300 sq ft per tank), ultrasonic thickness measurements, pit-depth measurements, and coating application.
- WORK ITEM 2: Drydock: Requirements for drydocking, undocking, and underwater body cleaning using high-pressure fresh water to remove marine growth and fouling. Includes specific blocking arrangements.
- WORK ITEM 3: Temporary Services, Provide - Cutter: Provision of essential temporary services such as parking, electrical power, hazardous material/waste disposal, heavy lift equipment, potable water, cooling water, firemain system, and sewage/grey water disposal.
Contract & Timeline
- Type: Firm Fixed Price (RFQ for commercial services)
- Period of Performance: July 20, 2026, to August 9, 2026
- Set-Aside: Total Small Business (NAICS Code: 336611, Size Standard: 1300 employees)
- Place of Performance: Commercial contractor's facility within 50 miles of Portsmouth, VA.
- Response Due: February 27, 2026, 10:00 AM EST.
- Published: February 18, 2026 (Amendment 0001)
Evaluation
Award will be based on a comprehensive evaluation of Technical Capability, Experience, Past Performance, and Price. Technical factors are considered significantly more important than price.
Additional Notes
Amendment 0001 added clauses including 3052.223-90 (Accident and Fire Reporting) and 3052.240-71 (Contractor Employee Access), and updated HSAR clause 3052.212-70. Contractors must maintain an active SAM.gov registration. A 10% withholding of the total contract price will occur until all deliverables are received and accepted. Compliance with environmental protection and hazardous waste disposal regulations is mandatory.