DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
ID: 70Z08526RLREP0009Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

Set Aside

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

    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Proposal (RFP) Solicitation No. 70Z08526RLREP0009 outlines the requirements for dockside repairs of the CGC STRATTON (WMSL 752) during FQ3 FY26. The RFP includes two main CLINs: CLIN 0001 details definite work items such as cleaning and inspecting tanks, grooming the reverse osmosis system, overhauling the steering actuator, and installing ELEX Dry Air Compressor Equipment. These definite items will be evaluated for pricing in the initial Task Order. CLIN 0002 specifies a composite labor hour rate, which will be used for pricing all contract changes and will incorporate an all-inclusive mark-up for materials and subcontractors. This rate, along with an estimated 1884 hours, is provided for evaluation purposes, but the agreed-upon rate will apply to all additional work regardless of actual hours. This RFP aims to secure services for essential maintenance and upgrades to the CGC STRATTON.
    This document outlines the specifications for dockside repairs on the USCGC STRATTON (WMSL 752) for Fiscal Year 2026, developed by Adrian J. Rubio. The extensive repair work includes 11 key items: cleaning and inspecting ballast tanks, grooming the Reverse Osmosis system, cleaning and inspecting the potable water pneumatic tank, Level II stern boat launch and recovery, overhauling five-year flight deck nets, inspecting, repairing, and renewing the deck, renewing slip-resistant deck covering, providing tenting and fire prevention, overhauling the steering actuator, and installing Elex Dry Air Compressor Equipment. The document provides detailed references, government-furnished property lists, critical inspection items, and the principal characteristics of the vessel. General requirements emphasize adherence to SFLC Standard Specifications, environmental protection, fire safety, preservation, and welding standards. Various quality assurance inspection forms are included for documentation and compliance.
    This document, Solicitation No. 70Z08526RLREP0009, outlines the process for submitting questions regarding the Request for Proposal (RFP) for dockside repairs of the CGC STRATTON (WMSL 752) in Q3 FY26. Interested offerors must submit their questions in writing using the provided "Request for Clarification" form, with one question per form. Each form must include the offeror's firm name. All clarification requests are due by December 19, 2025, at 1:00 P.M. Pacific Local Time, and must be emailed to valerie.s.riverachase@uscg.mil. The government will answer all submitted questions through an amendment to the solicitation.
    The document "SOLICITATION NO. 70Z08526RLREP0009" is a Request for Proposal (RFP) for dockside repairs of the CGC STRATTON (WMSL 752) FQ3 FY26. Specifically, it is Attachment 4, the Past Performance Information Form, which is a critical component for offerors to demonstrate their qualifications. This form requires detailed information about previous contracts, including contract number, customer name and location, point of contact, total dollar value, and period of performance. Offerors must provide a comprehensive description of the work performed to establish its relevance to the current solicitation's scope. Additionally, the form mandates disclosure of any subcontractors utilized, including a description of their work and annual dollar value. This attachment is crucial for the government to evaluate an offeror's past performance and assess their capability to successfully complete the proposed repairs.
    The "Government Property Report" is an attachment for federal government solicitations, such as RFP No. 70Z08525RLREP0014. It outlines the contractor's responsibilities for tracking and disposing of government property used during contract performance. The contractor must document property details, value, receipt and installation dates, and current location or disposition instructions. The report defines "serviceable," "salvage," and "scrap" property, each requiring specific disposition. Both the Property Administrator and the Contractor must sign the report, certifying accountability. This report is crucial for ensuring proper management of government assets and must accompany the contractor's final invoice.
    The Department of Homeland Security (DHS) Non-Disclosure Agreement (DHS Form 11000-6) is a legally binding document for individuals granted conditional access to sensitive government information. It outlines the signer's responsibilities to protect Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and other Sensitive but Unclassified (SBU) data. Signers must comply with relevant laws, regulations (e.g., 6 CFR Part 29, 49 CFR Part 1520), and procedures for safeguarding, dissemination, and handling of this information. Key provisions include prohibitions against unauthorized disclosure, altering markings, and requirements to report security violations. The agreement mandates the return of all sensitive materials upon demand or conclusion of duties. Violations can lead to administrative, disciplinary, civil, or criminal action, and assignment of royalties from unauthorized disclosures to the U.S. Government or the PCII-owning entity. This agreement ensures the protection of national interests and federal programs by maintaining the confidentiality of critical government data.
    The United States Coast Guard (USCG) has established the Ombudsman Program for Agency Protests (OPAP) to resolve agency protest issues efficiently and fairly, without resorting to expensive litigation. This program serves as an independent reviewing authority that can provide the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to first seek informal resolution with the Contracting Officer and then the Ombudsman. If concerns remain unresolved, a formal agency protest can be filed with either the Contracting Officer or the Ombudsman. Formal protests may lead to the suspension of contract award or performance and aim to be resolved within 35 calendar days. Protesters must submit specific information as outlined in FAR 33.103(d)(2) and adhere to the filing period in FAR 33.103(e). Formal protests under OPAP should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or hand-delivered to the Contracting Officer. Once a protest is filed with the USCG, protesters agree not to file with external forums; doing so will result in the dismissal of the agency protest.
    This government Request for Proposal (RFP) (Solicitation No. 70Z08526RLREP0009) outlines requirements for dockside repairs of the USCGC STRATTON (WMSL 752) in Alameda, CA. Issued as a 100% Small Business Set-Aside under NAICS code 336611 (Ship Building and Repairing) with a 1,300-employee size standard, the solicitation incorporates various Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses. Key provisions cover performance period (April 21, 2026, to May 15, 2026), payment terms including electronic submission via IPP and progress payments, and strict environmental compliance for hazardous waste and VOCs. Contractors must be SAM-registered, possess RAPIDGate credentials for base access, and adhere to specific procedures for growth work, inspections, and reporting. Proposals are subject to the availability of funds and require a Non-Disclosure Agreement for drawing requests.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    CGC VISE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the drydock repairs of the USCGC VISE (WLIC 75305) and the USCG 68A BARGE (68012) for Fiscal Year 2026. This procurement, set aside for small businesses under NAICS Code 336611, requires contractors to provide all necessary materials, equipment, and personnel for repairs scheduled from approximately March 10, 2026, to May 19, 2026, at their shipyard. The project encompasses a comprehensive range of maintenance tasks, including hull inspections, propulsion system overhauls, and fire prevention measures, which are critical for the operational readiness of these vessels. Interested parties must submit their quotations by January 29, 2026, with questions due by January 23, 2026, and can contact Iran N. Walker at Iran.N.Walker@uscg.mil or 757-628-4563 for further information.
    USCGC HERIBERTO HERNANDEZ (WPC 1114) DOCKSIDE AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking capable contractors for dockside repairs to the USCGC HERIBERTO HERNANDEZ (WPC 1114) in San Juan, Puerto Rico, scheduled for fiscal year 2026. The scope of work includes essential repairs such as topside exterior structure maintenance, bilge surface cleaning, MDE plenums paint removal, ASW piping renewal, polyethylene deck protector renewal, and interior wet deck coverings renewal, with an anticipated performance period of 30 days from July 14, 2026, to August 12, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested companies must submit their capabilities, business size, small business certifications (if applicable), a statement of proposal submission intent, and past performance information by January 2, 2026, to the primary contact, Kurt Hoyer, at kurt.e.hoyer@uscg.mil or by phone at 304-694-3603.
    USCGC-KUKUI-DOCKSIDE-REPAIRS AMENDMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC KUKUI (WLB 203), a 225-foot Seagoing Buoy Tender. The scope of work includes essential repairs such as cleaning and inspecting tanks, servicing hydraulic equipment, renewing piping, replacing windows, and preserving decks, with the performance period anticipated from March 31, 2026, to June 9, 2026. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime operations. Interested companies, including small businesses and those owned by veterans or women, must submit their responses by December 31, 2025, at 2:00 PM EST, to the primary contacts, Jayne Gluck and Sandra A. Martinez, with the necessary documentation to support their business size status and intent to bid.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside repair services for the USCGC GEORGE COBB (WLM-564) during its fiscal year 2026 maintenance period. The procurement involves a Fixed Firm Price Definitive Contract for various repair tasks, including inspection and servicing of hydraulic and mechanical systems, fire prevention, and cleaning of exhaust piping, with a performance period from March 17 to May 5, 2026. This contract is crucial for maintaining the operational readiness of the vessel, which is homeported in Coast Guard District 11, California. Interested parties must submit their proposals via email by January 9, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez at the provided email addresses.
    USCGC CHEYENNE DRYDOCK FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the drydock repairs of the USCGC CHEYENNE (WLR 75405) for fiscal year 2026. This procurement involves a Firm Fixed Price Definitive Contract aimed at completing various maintenance and repair tasks, including hull inspections, propulsion system overhauls, and equipment maintenance, with a performance period from February 3, 2026, to April 24, 2026. The contract is set aside for small businesses, with a particular emphasis on Women-Owned Small Businesses (WOSB), highlighting the importance of these services in maintaining operational readiness for the Coast Guard fleet. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez via email for further clarification.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repairs at the USCG STA Apra Harbor under solicitation number 70Z04026QSBPL0003. The procurement involves comprehensive dry-docking services for the 45-foot Response Boat-Medium, requiring contractors to provide all necessary labor, materials, and equipment to complete specified work, including welding, inspections, and preservation tasks. This opportunity is particularly significant as it supports the operational readiness of the Coast Guard's fleet, ensuring vessels are maintained to high standards. Proposals are due by January 28, 2026, with an anticipated award date of March 25, 2026; interested vendors should contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil for further details.
    USCGC MOWAWK Dockside FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC MOHAWK (WMEC-913) during its fiscal year 2026 availability. The procurement involves comprehensive dockside repairs, including cleaning and inspecting various fuel and water tanks, inspecting and overhauling critical machinery, and ensuring the vessel's operational readiness. This opportunity is crucial for maintaining the operational capabilities of the 270-foot Medium Endurance Cutter, which is homeported in Key West, Florida. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on January 2, 2026, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, with the anticipated performance period spanning from August 10 to October 4, 2026.
    DRYDOCK REPAIRS FOR THE CGC OAK
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock repairs for the USCGC OAK (WLB 211) during its scheduled availability from March 31, 2026, to June 20, 2026. The procurement involves a range of maintenance and repair tasks, including hull preservation, propulsion system overhauls, and various inspections, all aimed at ensuring the vessel's operational readiness and compliance with federal regulations. This contract, categorized under NAICS Code 336611 for Ship Building and Repairing, is a total small business set-aside, with quotations due by January 26, 2026, and an anticipated award date of February 4, 2026. Interested parties can reach out to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Iran Walker at iran.n.walker@uscg.mil for further details.
    CGC HOLLYHOCK (WLB-225) Drydock Repair FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Unplanned Drydock Availability of the USCGC Hollyhock (WLB-225) during fiscal year 2026. The procurement involves comprehensive drydock repair services, including the overhaul of the vessel’s main reduction gear and various preservation and inspection tasks, with an anticipated performance period from January 15, 2026, to April 15, 2026. This opportunity is crucial for maintaining the operational readiness of the cutter, which plays a vital role in maritime safety and environmental protection. Interested businesses must respond to the Sources Sought Notice by January 4, 2026, at 11:00 AM EST, providing necessary company information and documentation to the designated contacts, Arlene Wright and Joel Mason, via their respective emails.