USCGC JUNIPER (WLB-201) DRYDOCK REPAIR 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 (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.