DRYDOCK REPAIRS FOR THE CGC OAK
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 is soliciting proposals for Drydock Repairs for the USCGC OAK (WLB-225B) under a Total Small Business Set-Aside. This Indefinite Delivery Requirement (IDR) Contract covers comprehensive ship repair services with a performance period from March 31, 2026, to June 20, 2026. Quotations are due by January 26, 2026, at 10:00 AM EST.
Opportunity Details
- Agency: Department of Homeland Security, US Coast Guard, SFLC Procurement Branch 2
- Notice ID: 08abcd5515124784a20c647aa6ca152e
- Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 336611 – Ship Repair (Size Standard: 1,300 employees)
- Product/Service Code: J998 - Non Nuclear Ship Repair (East)
- Contract Type: Indefinite Delivery Requirement Contract (IDR)
- Period of Performance: March 31, 2026, to June 20, 2026
- Place of Performance: Contractor's Facility. Must be accessible by ship with minimum 18 feet water depth and 100 feet vertical clearance. The Cutter's Home Port is 47 Chandler Street, Pier 2, Newport RI 02841.
Scope of Work
The requirement involves comprehensive drydock repairs and maintenance for the USCGC OAK. Key areas include:
- Hull Plating: Inspections, ultrasonic testing, and preservation.
- Propulsion & Shafting: Removal, inspection, overhaul, and reinstallation of shafts, seals, and bearings, including Controllable Pitch Propellers (CPP).
- Appendages: Leak testing and preservation of bilge keels and rudders.
- Machinery & Systems: Work on thruster units, cargo hatches, reduction gears, firemain, sea valves, sea strainers, and steering gear components (including newly added Work Item 62: Steering Gear Heat Exchanger).
- Preservation & Coating: Detailed requirements for underwater body, freeboard, tanks, and chain locker.
- Structural Components: Inspection and repair of deck plating, handrails, stanchions, and hull fittings.
- Ancillary Systems: Sewage piping, potable water tanks, impressed current cathodic protection, and anchor windlasses.
- Testing & Trials: Dock trials, sea trials, and operational testing. The work specifications are detailed in Attachment 2, and a pricing sheet is provided in Attachment 1.
Submission & Evaluation
- Quotations Due: January 26, 2026, 10:00 AM EST.
- Submission Method: Email to Sandra.a.martinez@uscg.mil.
- Quote Validity: 120 days.
- Anticipated Award Date: January 30, 2026.
- Evaluation Factors: Technical Capability (most important), Past Performance, and Price. Technical Capability and Past Performance combined are significantly more important than Price. Award will be made on a best-value trade-off basis.
- Required Documents: Detailed planning document (e.g., Gantt Chart) and a written narrative addressing technical capabilities, risks, and quality assurance.
- Site Visit: Strongly encouraged, to be completed by January 16, 2026. Contact CWO Jason Martin (jason.martin@uscg.mil) for scheduling.
Important Notes
Several Justifications for Other Than Full and Open Competition (JOFOCs) indicate that specific technical representative services for Wartsila shaft seals and Rolls Royce CPP Systems will be sole-sourced to the respective Original Equipment Manufacturers (OEMs) or their authorized representatives (e.g., Defense Maritime Solutions, Inc. for Wartsila). Bidders should consider this for their subcontracting plans.