DRYDOCK: USCGC REEF SHARK 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 (Department of Homeland Security) is soliciting proposals for drydock repairs for the USCGC REEF SHARK (WPB 87371) for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity for a Firm Fixed-Price contract. The vessel is homeported in Coast Guard District 17 (Alaska). Proposals are due by January 26, 2026, at 18:00 UTC.
Scope of Work
The comprehensive scope of work, detailed in Attachment 2 - Specification Rev2, includes extensive repairs and maintenance. Key tasks involve:
- Hull & Underwater Body: Ultrasonic testing, 100% preservation, drydocking, and renewal of cathodic protection.
- Propulsion System: Realignment, renewal of propulsion shafts, bearings, and propellers.
- Tanks: Cleaning and inspection of various holding tanks.
- Electrical & HVAC: Thermographic inspection, cleaning of fan assemblies, 24VDC distribution system upgrade, and intrusion detection system replacement.
- Structural & Deck: Preservation of exterior decks, renewal of pilothouse plating, handrails, and RHIB notch skid pad studs.
- Engine: W-5 maintenance and control system configuration update for main diesel engine assemblies.
- Facility Requirements: Contractors must provide a facility accessible from a navigable waterway, capable of accommodating the vessel with a minimum water depth of 12 feet and a minimum height clearance of 55 feet.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Period of Performance: June 2, 2026 - September 1, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Shipbuilding and Repair), Size Standard: 1300 employees
- Proposal Due Date: January 26, 2026, 18:00 UTC
- Published Date: December 29, 2025 (Original Solicitation)
Key Amendments & Clarifications
- Amendment 0003 (Jan 22, 2026): Addressed vendor questions and updated Attachment 1 (Schedule of Services-Blank) and Attachment 2 (Specification Rev2). Clarifications include pricing for conditional stud renewal (Work Item #47), circuit breaker for Work Item #44, a reference correction for Work Item #41, and drydocking calculations for Work Item #34.
- Amendment 0001 (Jan 14, 2026): Extended the proposal due date to January 26, 2026, and the deadline for questions, site visits, and drawing requests to January 22, 2026.
- Q&A Document (Jan 14, 2026): Clarified EPA certifications for environmental compliance and details for Work Item 39 (handrail/stanchion renewal on the PORT fantail).
Evaluation Criteria
Offers will be evaluated based on Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are considered significantly more important than price. The Government reserves the right to award without discussions.
Important Notes
Funds are not presently available, and no award will be made until funds are secured. Site visits were strongly encouraged and had to be completed by January 22, 2026. Requests for drawings also had a deadline of January 22, 2026. Bidders must acknowledge receipt of all amendments.