DRYDOCK: USCGC HAWKSBILL DD FY26
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, under the Department of Homeland Security, is soliciting proposals for Firm Fixed-Price drydock repairs for the USCGC HAWKSBILL (WPB-87312) during Fiscal Year 2026. This opportunity is a Total Small Business Set-Aside for qualified ship repair contractors. The facility must be accessible from a navigable waterway with a minimum water depth of 12 feet and a minimum height clearance of 55 feet.
Scope of Work
The extensive scope of work, detailed across 50 distinct items, includes:
- Structural analysis, hull plating inspections, and preservation of various hull sections.
- Cleaning and inspection of multiple tanks (e.g., Dirty Oil, Grey Water, Sewage).
- Maintenance and renewal of propulsion shaft bearings, shafts, and propellers.
- Electrical system thermographic inspection.
- Renewal of fathometer transducer, speed log skin valve, and rudder assemblies.
- Overhaul and maintenance of main diesel engines.
- Preservation of exterior decks, superstructure, and the main mast.
- Cleaning and inspection of ventilation and HVAC systems.
- Maintenance of the seawater system, including valve renewal and strainer cleaning, and cathodic protection renewal.
- Drydocking, temporary services, and sea trial performance support. Contractors must adhere to SFLC Standard Specifications and environmental requirements.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: September 1, 2026, to December 1, 2026
- Set-Aside: Total Small Business (NAICS 336611, Size Standard 1300 employees)
Submission & Evaluation
Quotes must be submitted via email to the Contracting Officer and Contract Specialist. Submissions must include a Cover Letter, Price Schedule (Attachment 1), Past Performance references, and a Technical Capability submission. Evaluation will prioritize Technical Capability and Past Performance, which are considered significantly more important than Price. The Government intends to award without exchanges but reserves the right to conduct them.
Key Dates & Contacts
- Questions Due: May 15, 2026
- Site Visits/Ship Checks: Must be scheduled and completed by May 15, 2026
- Offer Due: May 19, 2026, 01:00 local time
- Primary Contact: Taylor Cregan (Taylor.S.Cregan@uscg.mil, 757-803-7949)
Special Requirements
Contractors must maintain specific insurance types, including Ship Repairer's Liability ($500,000 per occurrence) and Comprehensive General Liability ($500,000 per occurrence). A detailed Change Request (CR) process is outlined, requiring Contracting Officer authorization for additional work. Within three working days of vessel arrival, contractors must provide a Production Schedule, Work Package Network, Total Manpower Loading Curve, Trade Manning Curves, and Subcontracting List. Access to certain drawings may require Joint Certification Program (JCP) certification.