USCGC FIR (WLB 213) DOCKSIDE REPAIR FY26

SOL #: 70Z08526QIBCT0048Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Non Nuclear Ship Repair (West) Ship Repair (Including Overhauls And Conversions) Performed On. Non Nuclear Propelled And Nonpropelled Ships West Of The 108th Meridian (J999)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 28, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
May 29, 2026, 3:00 PM

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.

Opportunity Overview

The U.S. Coast Guard (USCG) is soliciting proposals for dockside repair services for the USCGC FIR (WLB 213), homeported in Cordova, AK. This requirement is for Full and Open Competition and will result in an Indefinite Delivery Requirement Contract (IDR). The anticipated period of performance is from September 1, 2026, to November 11, 2026, with an award expected around July 31, 2026.

Scope of Work

This opportunity involves comprehensive dockside repair, inspection, cleaning, preservation, and overhaul services for the USCGC FIR. The detailed scope is outlined in Attachment 2 (Specifications), which lists 42 "Work Items" covering various ship systems and components. These include:

  • Fire prevention requirements
  • Tank cleaning and inspection (Potable Water, Grey Water, Sewage Holding)
  • Inspection and service of mechanical systems (Hatches, Winches, Davits, Cranes, Windlasses, Stoppers, Capstans)
  • Cleaning of vent ducts
  • Preservation of decks, foundations, and compartment areas
  • Electrical system work (Circuit Breakers, Steering System PLC Upgrade)
  • Plumbing and piping work (Sewage Piping Renew)
  • Deck covering renewal
  • Specific component overhauls and replacements (Thruster Motors, Air Conditioning Unit Foundations, Shower Pans)
  • Specialized services, such as an Independent NACE Inspector. The place of performance will be the vendor's facility/pier.

Submission Requirements & Evaluation

Offerors must submit a completed Price Schedule (Attachment 1), Technical Capability information, and Past Performance Information (using Attachment 3). Key technical submissions include a planning document (Gantt Chart), welding certifications, and a comprehensive Execution Plan for lodging, messing, and food service logistics. A narrative of up to ten pages detailing technical capabilities, risk strategies, and environmental mitigation is also required. Evaluation will prioritize Technical Capability (most important), followed by Past Performance, and then Price. The Government reserves the right to award without discussions.

Key Dates & Actions

Contacts

For inquiries, contact Ou Saephanh (Ou.T.Saephanh@uscg.mil) or Sandra Martinez (sandra.a.martinez@uscg.mil).

People

Points of Contact

Ou SaephanhPRIMARY
SANDRA MARTINEZSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Apr 28, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 28, 2026