Dry-Dock: USCG STA SAN FRANCISCO (45770) 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) Surface Force Logistics Center is conducting market research through a Sources Sought notice for FY26 Dry-Dock repair services for the USCG STA SAN FRANCISCO (45770) RBM. This is to identify capable sources, assess commercial availability, and inform future competition and set-aside decisions. Responses are due February 10, 2026.
Purpose & Scope of Work
The primary purpose is to gather information on industry capabilities for dry-dock repairs for the USCG STA SAN FRANCISCO (45770) RBM. Work will be performed at the contractor's dry dock facility. A key geographical restriction limits the vessel's transit to within 320 nautical miles (368 statute miles) of its assigned station in San Francisco, CA. Contractors outside this range are not automatically disqualified, but associated costs will be considered. The RBM has transit limitations, typically short, daylight transits, with a 4-day crew endurance limit and average speed under 20 knots.
Key Work Items
Examples of required services include:
- General Welding
- Ultrasonic Testing
- Hull Plating Inspection
- Diesel Fuel Tank Cleaning and Inspection
- Main Diesel Engine(s) and Reduction Gear(s) Removal and Installation
- Water Jet Inspection and Service
- Various Piping Inspections
- U/W Body Preservation
Contract & Timeline
- Opportunity Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Anticipated Contract Type: Firm-fixed-price
- Anticipated Period of Performance: Approximately 90 calendar days
- Anticipated NAICS Code: 336611, Ship Building and Repairing (Size Standard: 1300 employees)
- Response Due: February 10, 2026, at 2:00 PM Eastern Time
- Published Date: February 3, 2026
Submission Requirements
Interested companies must submit the following via email to Regina.ElliottDougherty@uscg.mil (email size not to exceed 10MB):
- Company Name, Address, and UEI Number
- Point of Contact and Phone Number
- Business Size applicable to NAICS Code 336611 (e.g., 8(a), HubZone, SDVOSBC, Small Business)
- Documentation verifying Small Business Certification (if applicable)
- Statement of intent to submit a proposal if a solicitation is issued
- Past Performance Information (contract numbers, project titles, dollar amounts, points of contact for similar work)
Important Notes
This is solely for market research; it is not a Request for Proposal/Quotation, and no contract will be awarded from this notice. The Government will not pay for information provided. Failure to respond may impact consideration for future solicitations. Respondents should not include proprietary or classified information. Interested parties should register and monitor www.sam.gov for future solicitations.