DRYDOCK: USCGC STINGRAY DD FY2026
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 Firm Fixed Price quotations for drydock repairs for the USCGC STINGRAY (WPB-87305) during Fiscal Year 2026. This opportunity is a Total Small Business Set-Aside and requires a facility accessible from a navigable waterway, capable of safely accommodating the vessel with specific depth and height clearances. The period of performance is scheduled from June 30, 2026, to September 29, 2026. Offers are due by February 4, 2026, at 13:00 local time.
Opportunity Overview
This is a combined synopsis/solicitation (RFQ) for commercial items, issued in accordance with FAR Class Deviation 25-21, subpart 12. The primary objective is to secure a contractor for comprehensive drydock repairs for the USCGC STINGRAY. The selected facility must meet minimum requirements of a 12-foot water depth and 55-foot height clearance.
Scope of Work
The extensive scope of work, detailed in Attachment 2 (Specification SOW), includes but is not limited to:
- Structural analysis and hull plating inspections (ultrasonic testing, 3D laser scan).
- Preservation of underwater hull and freeboard surfaces.
- Cleaning and inspection of various tanks (dirty oil, oily water, fuel, grey water, sewage).
- Maintenance and renewal of propulsion shafts, rudder assemblies, sea water, ventilation, and hydraulic systems.
- Replacement of components such as propellers, transducers, windows, and insulation.
- Drydocking, undocking, and associated services.
- Electrical system thermographic inspection and intrusion detection system replacement.
- Maintenance of watertight closures and cathodic protection/zinc anodes.
- Sea trial performance support and provision of temporary services. Bidders must utilize Attachment 1 (Blank SOS_FC.xlsx) for a detailed pricing schedule (42 line items) and to calculate foreseeable costs, including provisions for "Over and Above/Growth Work."
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: June 30, 2026 – September 29, 2026
- Set-Aside: Total Small Business (100%)
- NAICS Code: 336611 (Shipbuilding and Repairing Domestic and Foreign Vessels)
- Size Standard: 1300 employees
- Funding: Award is contingent upon the availability of funds.
Submission & Evaluation
- Offer Due Date: February 4, 2026, at 13:00 local time.
- Submission Method: Via email to the Contracting Officer and Contract Specialist.
- Evaluation Factors: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are considered significantly more important than Price.
- Site Visit: Strongly encouraged; must be scheduled and completed by January 28, 2026.
- Questions Due: January 28, 2026. Offerors must provide specific submissions for Technical Capability, Past Performance, and a Price Schedule as detailed in the solicitation.
Key Contacts
- Primary: Maggie Trader (Maggie.L.Trader@uscg.mil, 7576284957)
- Secondary: LaToya Sorrell (Latoya.N.Sorrell@uscg.mil, 2068273116)