Dry-Dock: USCG STA SAN FRANCISCO (45770) FY26 DD
SOL #: 70Z04026QSBPL0005Solicitation
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)
Original Source
Timeline
1
Posted
Feb 11, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 18, 2026, 6:00 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.
Quick Summary
The U.S. Coast Guard (USCG), under the Department of Homeland Security, is soliciting proposals for drydock repairs for the USCG STA SAN FRANCISCO (45770) vessel for Fiscal Year 2026. This is a Firm Fixed Price contract set aside for Total Small Businesses. The Period of Performance is from July 8, 2026, to October 6, 2026.
Scope of Work
The opportunity involves comprehensive drydocking, repair, and maintenance tasks for the USCG San Francisco (45770) vessel. Specific work items detailed in the specifications include:
- Hull and plating repairs (welding, ultrasonic testing, inspection, preservation).
- Mechanical systems overhaul (main diesel engine, reduction gear, water jet, sea strainer, hose renewal).
- Structural and exterior maintenance (fendering, mast, non-skid pad renewal).
- Ancillary systems (fuel tank cleaning, electrical isolation, marine chemist services, sea trial support).
- Contractors must provide a facility accessible from a navigable waterway with specified minimum water depth and vertical clearance.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business (NAICS 336611, Size Standard 1250 employees)
- Period of Performance: July 8, 2026 – October 6, 2026 (90 calendar days)
- Required Insurance: Ship Repairer's Liability ($500,000), Comprehensive General Liability ($500,000), Longshoremen's and Harbor Worker's Act, and State's Workmen's Compensation Law.
- Payment Terms: Invoicing via IPP, 25% minimum completion for initial invoicing (waivable), and 10% of total contract price withheld until all deliverables are accepted.
Submission Requirements
- Proposal Due: March 18, 2026, at 12:06 PM local time.
- Submission Method: Electronically to Regina.ElliottDougherty@uscg.mil, with solicitation number 70Z04026QSBPL0005 in the subject line.
- Required Documents:
- Completed "Schedule of Supplies and Services" (Excel spreadsheet) with pricing for all CLINs.
- Preliminary planning document detailing graphical format, POP, critical inspections, OEM Tech Rep assistance, critical paths, and float calculations.
- Welding certifications and qualifications.
- Proof of AMPP, NACE Level 3, or SSPC QP 1 certification for critical-coated surfaces.
- Past performance documentation (three completed projects via CPARS or Past Performance Questionnaires).
- Other: Vendors must register with the Joint Certification Program (JCP) to access critical technology drawings.
Evaluation Factors
Award will be made using a Lowest Price Technically Acceptable (LPTA) approach, evaluating:
- Technical Capability: Evaluated for acceptability only.
- Price: Evaluated for fairness and reasonableness.
- Past Performance: Review of CPARS or Past Performance Questionnaires.
People
Points of Contact
Regina M Elliott-DoughertyPRIMARY
Janet M DelaneySECONDARY