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), under the Department of Homeland Security, is soliciting proposals for unplanned drydock repairs for the USCGC BEAR (WMEC 901) during Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity. Proposals are due Monday, March 9, 2026, at 10:00 AM EST.
Scope of Work
This solicitation requires a contractor to perform comprehensive drydock repairs and associated services at a commercial facility within 50 miles of Portsmouth, VA. The scope, detailed in Revision 1 of the Statement of Work, includes three primary work items:
- Work Item 1: Tanks, Ballast, Repair and Preserve 100 Percent — Involves repairing internal structure, steel renewal (approx. 300 sq ft per tank), and 100% preservation of specific ballast tanks (4-228-1-W, 4-228-2-W, 4-242-0-W). These tanks are considered immediately dangerous to life and health (IDLH) and are also used for grey water. This includes ultrasonic thickness (UT) and pit-depth measurements, and renewal of manhole rings and covers.
- Work Item 2: Drydock — Covers the drydocking and undocking of the vessel, underwater body cleaning, and specific blocking arrangements. Pre-award docking calculations must use "Full Load Conditions." A government-furnished transducer cover plate will be provided.
- Work Item 3: Temporary Services, Provide - Cutter — Requires the contractor to supply essential temporary services during the availability, such as parking, electrical power, hazardous material/waste disposal, heavy lift equipment, potable water, cooling water, firemain system, and sewage/grey water disposal.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Shipbuilding and Repairing) with a 1300-employee size standard.
- Place of Performance: Commercial contractor's facility within 50 miles of Portsmouth, VA.
- Period of Performance: Scheduled for FY2026. The initial 21-day period of performance was revised to allow for work completion.
- Product Service Code: J998 (Non Nuclear Ship Repair (East)).
Submission & Evaluation
- Proposal Due Date: Monday, March 9, 2026, at 10:00 AM EST.
- Submission Method: Via email to the Contracting Officer and Contract Specialist.
- Required Submissions: Cover Letter, Technical Capability Submission, Experience, Past Performance Submission, and Price Schedule.
- Evaluation Criteria: Technical Capability, Experience, Past Performance, and Price. Technical factors are significantly more important than price.
- Contact: Chelsea Clark (Chelsea.Clark@uscg.mil) is the primary point of contact.
Important Notes
This solicitation has undergone amendments. Amendment 002 distributed Revision 1 of the Statement of Work and extended the closing date. Bidders should consult the revised SOW and Q&A documents for updated requirements, including clarifications on the period of performance, material quantities, and specific work items. A ship check is highly recommended for bidding purposes. Contractors must maintain an active SAM registration and comply with all applicable regulations. A 10% withholding of the total contract price will occur until all deliverables are accepted.