USCGC JUNIPER (WLB-201) DRYDOCK REPAIR FY26

SOL #: 70Z08526QIBCT0026-JuniperCombined Synopsis/SolicitationSole Source

Overview

Buyer

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

Place of Performance

HI

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

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 25, 2026
2
Submission Deadline
Apr 10, 2026, 6:00 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.

Quick Summary

The U.S. Coast Guard (USCG), under the Department of Homeland Security, is soliciting quotations for the FY26 Drydock Repair of the USCGC JUNIPER (WLB-201). This is a Total Small Business Set-Aside issued as a Request for Quotation (RFQ) under FAR Part 12, leading to an Indefinite Delivery Requirement (IDR) contract. The primary NAICS code is 336611 – Ship Repair (size standard 1,300 employees). The period of performance is anticipated from April 28, 2026, to August 26, 2026, with work performed at the contractor's facility. Quotations are due April 10, 2026, at 11:00 AM PST.

Scope of Work

The comprehensive drydock availability includes detailed inspections, repairs, preservation, and testing to ensure the vessel's full operational capability and structural integrity. Key work items include:

  • Hull & Underwater Body: Inspection, preservation (coating removal/application), renewal of zinc anodes, and maintenance of the Impressed Current Cathodic Protection System.
  • Propulsion System: Overhaul of the Main Reduction Gear (MRG), removal/inspection/reinstallation of propulsion shafting, renewal of shaft seals and bearings, and maintenance of controllable pitch propellers.
  • Tanks: Cleaning, inspection, and preservation of potable water, ballast, dirty oil, and waste tanks.
  • Other Systems/Components: Inspection and service of anchor windlass, anchor chains, hull fittings, heat exchangers, generators, fathometer transducers, sea valves, and steering system PLC upgrade.

Contract & Timeline

  • Contract Type: Request for Quotation (RFQ) leading to an Indefinite Delivery Requirement (IDR) Contract.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 336611 – Ship Repair (1,300 employees).
  • Period of Performance: On or about April 28, 2026, to August 26, 2026.
  • Place of Performance: Contractor's Facility (Cutter's Home Port: Honolulu, HI).
  • Questions Due: April 1, 2026, 11:00 PM PST.
  • Quotation Due: April 10, 2026, 11:00 AM PST.
  • Anticipated Award Date: On or by April 28, 2026.

Evaluation

Award will be based on an evaluation of Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are considered more important than Price.

Required Documents

Offerors must submit a cover letter, Attachment 1 (Schedule of Supplies/Services with costs), Attachment 3 (Past Performance Documentation), Small Business Self-Certification, Welding Certifications and Procedures, Proof of Insurance, a list of all subcontractors, Technical Representative Certifications (if applicable), completed FAR 52.212-3, and Dry Dock Certifications.

Additional Notes

  • A site visit is strongly encouraged and must be scheduled and completed by April 3, 2026. Contact CWO Robert Ozment or Catherine Chan for scheduling.
  • Questions must be submitted in writing using Attachment 4 (Request for Clarification Form) or via email to the contracting officers.
  • The overhaul of the Main Reduction Gear (MRG) involves a sole-source procurement from Timken Gears & Services Inc. due to proprietary data, as detailed in the Sole Source Justification document.

People

Points of Contact

Catherine ChanPRIMARY
SANDRA MARTINEZSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
USCGC JUNIPER (WLB-201) DRYDOCK REPAIR FY26 | GovScope