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
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) in Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull preservation, inspection and overhaul of propulsion components, and cleaning of various tanks, with the contract expected to be awarded as a Single Award Firm-Fixed Price Contract. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their quotations by 8 AM EST on December 10, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    USCGC HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Harry Claiborne (WLI-642) during Fiscal Year 2026. The scope of work includes extensive hull preservation, tank cleaning and inspection, machinery overhauls, piping maintenance, and various structural and electrical repairs, all to be performed at the contractor's drydock facility over an anticipated period of approximately 90 calendar days, from May 5, 2026, to August 3, 2026. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested parties must submit their capabilities, including business size and certifications, by December 16, 2025, at 10:00 AM EST, via email to Tobi Provenzano and Sandra Martinez, as this notice serves for market research purposes only and does not constitute a solicitation.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    USCGC ALERT Drydock Repairs FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC ALERT (WMEC-630) scheduled for Fiscal Year 2026. The procurement involves extensive maintenance and repair work, including hull preservation, propulsion system overhaul, and various structural and piping renewals, with a performance period from February 16, 2026, to April 26, 2026. This contract is crucial for ensuring the vessel's operational readiness and structural integrity, adhering to Coast Guard standards and specifications. Interested parties should direct inquiries to Contract Specialists Matthew R. Stansberry at matthew.r.stansberry2@uscg.mil or Chelsea Clark at Chelsea.Clark@uscg.mil, and note that the closing date for offers has been extended to December 10, 2025.
    DRYDOCK: USCGC PETREL DRY DOCK AVAILABILITY FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock repairs for the USCGC PETREL (WPB-87350) during the fiscal year 2026. The procurement involves extensive maintenance tasks, including hull preservation, propulsion system overhauls, and upgrades to electrical and HVAC systems, with a focus on ensuring the vessel's operational readiness and structural integrity. This contract is critical for maintaining the Coast Guard's fleet capabilities and adheres to strict safety and environmental standards. Interested parties should note that the solicitation closes on December 8, 2025, and may contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    DRYDOCK: USCGC HAMMERHEAD DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for drydock repairs for the USCGC HAMMERHEAD (WPB-87302) as part of a total small business set-aside contract for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as hull preservation, engine realignment, and system upgrades, with specific requirements for technical approaches, certifications, and safety plans. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested contractors must submit their proposals by December 29, 2025, and can direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.