Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD

SOL #: 70Z04026SSBPL0611Sources Sought

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 3(00040)
BALTIMORE, MD, 21226, 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
Dec 3, 2025
2
Response Deadline
Dec 19, 2025, 7:00 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.

USCG STA APRA HARBOR (45762) FY26, 7040Z04026SSBPL0611

Sources Sought Notice USCG STA APRA HARBOR (45762) FY26, 7040Z04026SSBPL0611 with work items is provided as a PDF file and available for download.

This is a SOURCES SOUGHT NOTICE; not a pre-solicitation notice or solicitation for proposals/quotations.

Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial services suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action.

REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Force Logistics

Center, Norfolk, VA to identify sources capable of providing services in accordance with the FY26 Dry-Dock repair for the USCG STATION APRA HARBOR (45762) RB-M and the Work Items listed below.

 The current vessel’s location is: USCG STATION APRA HARBOR (45762) RB-M, PSC 455 BOX 176, SANTA RITA, GUAM 96915.

Interested contractors will be required to provide all necessary facilities, materials, equipment, and personnel to perform dry dock repairs to the USCG STATION APRA HARBOR (45762) RB-M. All work will be performed at the contractor’s dry dock facility. In accordance with PACAREAINST 3100.1G, the vessel has geographical restrictions to an area within 320 nautical miles/ 368 statute miles of its assigned station due of its assigned station due to military operations. Contractors outside of the geographical restriction distance are not automatically disqualified. Contract will be awarded based on the following criteria below and will include overall distance, fuel stops, berthing services and:

Geographical Guidelines:

1. An MLB/RBM's design limits its use to short transits. The asset and unit are not crewed for continuous steaming and is normally limited to daylight transits. Due to crewing and asset employment standards, 4 days transit is the limit of crew endurance under normal operating conditions. 8 hours of transit per day is the planning factor due to crew fatigue. RBMs have a maximum speed of 20 kts, however, environmental factors frequently limit average speed to less than maximum.

2. Foreseeable costs (crew lodging, messing, rental vehicles, fuel, and authorized crew travel in accordance with the Joint Travel Regulations) will be added to the pricing and will be an economic consideration for award.”

In the event that the vendor providing the quote is OUTSIDE of 320 nautical miles (368 statute) miles as determined by the government:

  1. Foreseeable costs (Crane rental, ground transportation to and from the vendor’s facility and all applicable insurance) will be added to the pricing and will be an economic consideration for award.

Anticipated Period of Performance: The USCG SFLC intends on awarding one (1) contract(s) on a firm-fixed price basis consisting of an estimated NINTY-ONE (91) calendar day period of performance (Subject to change at the discretion of the Government)

Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1300 employees.

Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Regina ElliottDougherty@uscg.mil no later than 19 December 2025 at 2:00pm., Eastern Time. Email size not to exceed (NTE) 10MB. Submissions shall include the following information/documentation:

1. Name of Company, Address and UEI Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern4. Documentation Verifying Small Business Certification:


a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
b. If claiming HubZone status, provide a copy of your HubZone Certificate from SBA.
c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611.
d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611.
e. If claiming EDWOSB status, provide documentation that shows the company is
at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million
f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611.
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.
 

5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.
6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.

SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.


Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on www.SAM.gov website. It is the potential offeror's responsibility to monitor www.SAM.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.

Work Items to include but not limited to:

D-001              General Welding, Provide

D-002              Ultrasonic Testing (UT) (100) Shots, Perform

D-003              Hull Plating (U/W Body), Inspect

D-004              Fendering System, Inspect

D-005              Accessible Spaces, Inspect

D-006              Diesel Fuel Tank, Clean and Inspect

D-007              Mast, Inspect

D-008              Main Diesel Engine(s) and Reduction Gear(s), Remove and Install

D-009              Main Diesel Engine Oil Pan Gasket, Renew

D-010              Main Diesel Engine(s) To MEPS Generator(s) And Jet Drive(s), Align

D-011              Water Jet-Inspect, Perform Service

D-012              Jet Drive Anodes, Renew

D-013              Sea Strainer, Renew

D-014              Engine Exhaust Piping, Inspect

D-015              Electrical Isolation, Perform, MEPS

D-016              Standard Hoses, Renew

D-017              MDE SW Valves, Overhaul

D-018              Sea Valves, Renew

D-019              Diesel Tanks, Refuel

D-020              Fender Faying Surfaces, Preserve, 100 percent

D-021              Water Jet Drive, Preserve

D-022              U/W Body, Preserve (100%)

D-023              Exterior and Interior Non-Skid Pads, Renew

D-024              Marine Chemist Services, Provide

D-025              Drydock

D-026              Temporary Services, Provide

D-027              Sea Trial Performance, Support, Provide

D-028              Lazarette Bilge, Preserve

D-029              Interior Hull Insulation, Inspect

D-030              Interior Hull Insulation, Renew

D-031              HVAC System, Inspect

People

Points of Contact

Regina M Elliott-DoughertyPRIMARY
Janet M DelaneySECONDARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Dec 3, 2025
Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD | GovScope