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), under the Department of Homeland Security, has issued Solicitation 70Z04026QSBPL0005 for Drydock Repairs for the USCG STA SAN FRANCISCO (45770) vessel during FY2026. This opportunity is a Total Small Business Set-Aside. Proposals are due by March 18, 2026, at 6:00 PM Eastern.
Scope of Work
This requirement covers comprehensive drydock repairs for the USCG 45770 (RB-M 45) vessel, encompassing a 90-calendar day availability from July 8, 2026, to October 6, 2026. The scope includes numerous work items detailed in the specifications, such as:
- Hull and plating repairs (welding, ultrasonic testing, inspection, preservation).
- Mechanical systems overhaul (engine/reduction gear removal/installation, water jet service, sea strainer renewal).
- Structural and exterior maintenance (fendering, mast inspection, non-skid renewal).
- Ancillary systems (fuel tank cleaning, electrical isolation, marine chemist services, drydocking, sea trials). Contractors will be responsible for submitting Contractor Inspection Reports (CIR) for various tasks.
Contract & Timeline
- Opportunity Type: Solicitation (Combined Synopsis/Solicitation)
- Notice ID: 70Z04026QSBPL0005
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J999 (Non Nuclear Ship Repair (West))
- Period of Performance: July 8, 2026 – October 6, 2026 (90 calendar days)
- Proposal Due Date: March 18, 2026, 6:00 PM Eastern
- Published Date: February 11, 2026
Key Requirements & Submissions
Bidders must address several critical requirements:
- Facility: Accessible from a navigable waterway with specified minimum water depth and vertical clearance.
- Insurance: Mandated Ship Repairer's Liability ($500K), Comprehensive General Liability ($500K), Longshoremen's and Harbor Worker's Act, and State's Workmen's Compensation coverage.
- Certifications: Welding certifications, current drydocking facility certifications, and AMPP/NACE Level 3/QP-1 certification for preservation of critical-coated surfaces.
- Planning Document: A preliminary planning document detailing graphical format, POP, critical inspection reports, OEM Tech Rep assistance, critical paths, and float calculations must be submitted with the proposal.
- Pricing: Complete the "Schedule of Supplies and Services" (pricing sheet) on an Excel spreadsheet, providing costs for all Definite and Option CLINs, including composite labor rates.
- Invoicing: Payment procedures include a 25% minimum completion for initial invoicing per CLIN (waivable) and a 10% withholding of the total contract price until all deliverables are accepted, with electronic submission via the Invoice Processing Platform (IPP).
- Government Property: Adherence to procedures for maintaining, reporting, and disposing of Government Furnished Property.
Evaluation
Past performance will be a key evaluation factor, assessed via a Past Performance Questionnaire (PPQ) submitted by references directly to the Contracting Specialist by March 18, 2026, 2:00 PM Eastern. The PPQ evaluates performance in Quality, Schedule, Cost Control, Management, and Regulatory Compliance.
Contact Information
For inquiries, contact Regina M Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.