Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
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 Dry-Dock Repair Services for the USCG STA APRA HARBOR (45762) vessel for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity for a Firm Fixed Price (FFP) contract. Proposals are due by February 9, 2026.
Scope of Work
The project involves comprehensive dry-docking repair and alteration services for the USCG 45762 (RB-M 45) vessel. Key work items include: general welding and fabrication, ultrasonic testing of hull plating, inspection and preservation of hull components (including fendering, tanks, mast, sea chests, HVAC), overhaul and renewal of main diesel engine components, sea valves, and water jet systems. It also covers renewal of standard hoses, non-skid pads, interior hull insulation, electrical isolation procedures, drydocking, temporary services, and sea trial support. Specific requirements include facility accessibility, insurance (Ship Repairer's Liability, Comprehensive General Liability), government property management, and growth work procedures. Contractors must implement a Quality Control/Quality Assurance program, with specific certifications for painting contractors (AMPP, NACE Level 3, or QP-1).
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: June 25, 2026, to September 23, 2026 (91 calendar days availability).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Ship Building and Repairing)
- Size Standard: 1250 employees
- Product Service Code: J999 (Non Nuclear Ship Repair (West))
Submission Requirements
Offerors must submit quotes electronically to Regina Elliott-Dougherty (Regina.ElliottDougherty@uscg.mil) by February 9, 2026, at 13:49:13 EST. Required documents include: completed and signed SF1449, Schedule of Supplies and Services, Past Performance Documentation, Small Business Self Certification, Welding Certifications, Proof of Insurance, Drydock Certification, AMPP/NACE/QP-1 Certification, Preliminary Planning Document, SAM UEI and TIN, Proof of JCP Certification, and completed provision 52.212-3.
Evaluation Criteria
Award will be based on a Lowest Price Technically Acceptable (LPTA) approach, evaluating: Factor 1: Technical Capability (acceptability only), Factor 2: Price (fairness and reasonableness), and Factor 3: Past Performance.
Key Dates & Contacts
- Proposal Due Date: February 9, 2026, 13:49:13 EST
- Anticipated Award Date: February 26, 2026
- Primary Contact: Regina M Elliott-Dougherty (Regina.ElliottDougherty@uscg.mil, 5716101960)
Additional Notes
An amendment extended the submission deadline and incorporated responses to Request for Information (RFC) questions. Access to USCG drawings requires registration with the US Defense Logistics Agency in the Joint Certification Program (JCP). The contractor is responsible for providing a boat cradle or fabricated keel blocks.