DRYDOCK: USCGC NARWHAL DD FY2027
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 conducting a Sources Sought / Request for Information (RFI) for drydock repairs of the USCGC NARWHAL (WPB-87335). This is market research to identify capable sources and understand commercial practices for a 91-calendar day performance period anticipated to begin on January 4, 2027, and conclude on April 6, 2027. Responses are due by June 2, 2026, at 1:00 PM EST.
Scope of Work
The comprehensive scope of work includes, but is not limited to:
- Structural analysis and hull plating work (scanning, testing, preservation)
- Tank cleaning and inspection (various types)
- Preservation of decks, superstructure, and exterior components
- Renewal of propulsion shaft bearings, carriers, and shafts
- Propeller renewal
- HVAC system maintenance
- Sea water system maintenance
- Rudder assembly renewal
- Drydocking and temporary services
- Sea trial performance support
- Critical coated surface preservation
- Seawater cooling piping/valves renewal
- 24VDC distribution system upgrade
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information
- Anticipated Period of Performance: 91 calendar days (January 4, 2027 – April 6, 2027)
- NAICS Code: 336611, Ship Building and Repairing (Size Standard: 1,300 employees)
- Response Due: June 2, 2026, 1:00 PM EST
- Published Date: May 13, 2026
Submission & Evaluation
This is for market research only and does not constitute a Request for Proposal/Quotation. Interested companies should submit responses via email to Maggie.L.Trader@uscg.mil and LaToya.N.Sorrell@uscg.mil. Required information includes company name, address, unique identifier, point of contact, business size applicable to NAICS code, documentation verifying small business certifications (if applicable), a statement on how the work will be performed, intent to submit a proposal if a solicitation is issued, and past performance information.
Eligibility / Set-Aside
Information is requested regarding various small business categories, including 8(a), HubZone, SDVOSBC, VOSBC, EDWOSB, WOSBC, and Small Business. Specific documentation requirements are outlined for each category.
Additional Notes
- The vessel is home-ported in Corona Del Mar, CA, but work can be performed at any contractor facility (no geographical restriction).
- The specification is subject to change at the Government's discretion.
- Registration in the System for Award Management (SAM) is required.
- No proprietary, classified, confidential, or sensitive information should be submitted.
- Responses to this notice are not considered adequate responses to any resultant solicitation.