USCGC JUNIPER (WLB-201) DRYDOCK REPAIR FY26
SOL #: 70Z08526QIBCT0026-JuniperCombined Synopsis/Solicitation
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)
Original Source
Timeline
1
Posted
Mar 25, 2026
2
Last Updated
Apr 13, 2026
3
Submission Deadline
Apr 15, 2026, 12:00 AM
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 is soliciting proposals for drydock repairs and maintenance for the USCGC JUNIPER (WLB-201) for Fiscal Year 2026. 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. Proposals are due Tuesday, April 14, 2026, at 5:00 PM PT.
Scope of Work
The comprehensive scope includes:
- Hull & Underwater Body: Inspection, ultrasonic testing, preservation, and coating of hull plating, appendages, rudders, and sea bays.
- Propulsion System: Overhaul of the Main Reduction Gear (sole-sourced to OEM), inspection and reinstallation of propulsion shafting, renewal of seals and bearings, and maintenance of controllable pitch propellers.
- Tanks: Cleaning, inspection, and preservation of potable water, ballast, dirty oil, and waste tanks.
- Systems & Equipment: Work on firemain valves, cathodic protection, steering system PLC upgrades, compass system upgrades, fathometer transducers, and ATON tie-down installations.
- Structural Components: Renewal of watertight doors, pilot house windows, and hull structural closures. All work must adhere to SFLC Standard Specifications, manufacturer's recommendations, and include strict environmental protection and quality control measures. Qualified personnel, including NACE-certified inspectors and OEM-authorized technical representatives, are required.
Contract Details
- Contract Type: Indefinite Delivery Requirement (IDR) Contract
- NAICS Code: 336611 - Ship Repair (Small Business Size Standard: 1,300 employees)
- Period of Performance: On or about April 28, 2026, to on or about August 26, 2026
- Place of Performance: Contractor's Facility (Cutter's Home Port: Honolulu, HI)
- Set-Aside: Total Small Business Set-Aside
Submission Requirements
Offerors must furnish information including:
- Cover letter with company details (DUNS).
- Attachment 1 - Schedule of Supplies/Services with costs.
- Attachment 3 - Past Performance Documentation.
- Small Business Self Certification.
- Welding and Dry Dock Certifications.
- Proof of Insurance.
- List of ALL Subcontractors and their Technical Representative Certifications.
- Completed FAR 52.212-3 Offeror Representations and Certifications. Evaluation will consider Technical Capability, Past Performance, and Price, with Technical Capability and Past Performance being more important than Price.
Key Dates & Contacts
- Proposal Due Date: Tuesday, April 14, 2026, at 5:00 PM PT
- Quote Validity: 120 days
- Anticipated Award Date: On or by April 28, 2026
- Primary Contact: Catherine Chan (catherine.k.chan@uscg.mil)
- Secondary Contact: Sandra Martinez (sandra.a.martinez@uscg.mil)
People
Points of Contact
Catherine ChanPRIMARY
SANDRA MARTINEZSECONDARY