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, is soliciting proposals for Drydock Repairs for the USCG STA SAN FRANCISCO (45770) for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity. The proposal deadline has been extended to March 26, 2026.
Scope of Work
This solicitation covers comprehensive drydock repairs and maintenance for the USCG STA SAN FRANCISCO (45770) vessel. Key work items include:
- Hull and Plating: General welding, ultrasonic testing, hull plating inspection, and underwater body preservation.
- Mechanical Systems: Main diesel engine and reduction gear removal/installation, water jet inspection, sea strainer renewal, and standard hose renewal (with government-furnished kit for hoses; contractor to procure other consumables).
- Structural and Exterior: Fendering system inspection, mast inspection, and exterior/interior non-skid pad renewal.
- Ancillary Systems: Diesel fuel tank cleaning, electrical isolation, marine chemist services, and sea trial support. The period of performance is July 8, 2026, to October 6, 2026, a 90-calendar day availability.
Key Requirements & Contract Details
This is a Firm Fixed-Price contract. Bidders must meet several critical requirements:
- Facility Accessibility: Contractor's facility must be accessible from a navigable waterway with specified minimum water depth and vertical clearance.
- Insurance: Mandates Ship Repairer's Liability ($500,000 per occurrence), Comprehensive General Liability ($500,000 per occurrence), Longshoremen's and Harbor Worker's Act, and State's Workmen's Compensation Law coverage.
- Certifications: Welding certifications and qualifications are required. For preservation of critical-coated surfaces, contractors need AMPP, NACE Level 3, or SSPC QP 1 certification.
- Documentation: A preliminary planning document detailing the period of performance, critical inspection reports, OEM Tech Rep assistance, critical paths, and float calculations must be submitted with the proposal.
- Government Property: Contractors are responsible for identifying, tracking, and controlling government-furnished property.
- Payment: A 10% withholding of the total contract price will occur until all deliverables are accepted.
Submission & Evaluation
Proposals are due electronically by March 26, 2026, at 12:06 PM local time, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil. The solicitation number (70Z04026QSBPL0005) must be in the email subject line. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, considering:
- Technical Capability (evaluated for acceptability).
- Price (evaluated for fairness and reasonableness).
- Past Performance (review of CPARS or Past Performance Questionnaires, requiring documentation of three completed projects). Quotes must remain valid for 190 days.
Important Notes
This acquisition is a Total Small Business Set-Aside under NAICS Code 336611 (Ship Building and Repairing) with a size standard of 1250 employees. Vendors must register with the Joint Certification Program (JCP) to access drawings marked as Critical Technology. Requests for Clarification were accepted until March 11, 2026, and a further amendment is expected on March 16, 2026. Past Performance Questionnaires for references are due by March 18, 2026, 2:00 PM Eastern.