The U.S. Coast Guard is soliciting quotes for the FY2026 Drydock Availability of the USCGC VISE (WLIC-75305) and USCG 68A BARGE (68012). This full and open competition, set aside for small businesses under NAICS Code 336611 (Ship Repair), seeks a firm-fixed-price or Indefinite Delivery Requirement contract. The contractor will provide all materials, equipment, and personnel for drydock repairs from approximately March 10, 2026, to May 19, 2026, at their shipyard. Key clauses include restrictions on subcontractor sales, prohibitions on certain telecommunications equipment (Huawei, ZTE, Hikvision), and requirements for reporting prohibited products. Invoicing will be based on a percentage of completion, with a minimum of 25% for the first invoice per CLIN. Questions are due by January 23, 2026, and quotations by January 29, 2026, with an anticipated award date of February 10, 2026. This contract includes specific instructions for additional work, a composite labor rate, and performance evaluation via CPARS.
The United States Coast Guard (USCG) established the Ombudsman Program for Agency Protests (OPAP) to resolve agency protest issues efficiently and prevent litigation. Interested parties are encouraged to address concerns internally with the USCG as an Alternative Dispute Resolution (ADR) forum. Parties can seek informal resolution by first contacting the Contracting Officer, and if issues persist, the USCG Ombudsman. This informal process does not suspend contract award or performance, nor does it alter protest filing deadlines. For a formal agency protest, parties must first attempt to resolve concerns with the Contracting Officer. If unresolved, a formal protest can be filed with either the Contracting Officer or the Ombudsman. Formal protests suspend contract award or performance unless justified by urgent reasons or deemed in the government's best interest. The USCG aims to resolve formal protests within 35 calendar days. Protests must include information specified in FAR 33.103 and adhere to its timeliness requirements. Formal protests under OPAP can be submitted via email, fax, or phone. More information is available on the USCG acquisition website.
Attachment 4 outlines the process for submitting clarification questions regarding the USCGC VISE & BARGE DRYDOCK REPAIRS solicitation (RFQ Number: 70Z08526QIBCT0017). Offerors must submit questions in writing using the provided “Request for Clarification” form, with one question per form, including the firm's name and submission date. Questions must be emailed to Iran.N.Walker@uscg.mil and Delarue.S.Shelton@uscg.mil no later than January 23, 2026, at 4:00 pm EST. Answers will be provided via an Amendment.
The USCGC VISE (WLIC-75B) Drydock Availability for FY2026 outlines a comprehensive schedule of maintenance and preservation tasks for both the tender and barge components of the vessel. The pricing schedule details numerous job items, including fire prevention, hull plating inspection and preservation, propulsion system overhaul (shafting, bearings, propellers), appendage and void preservation, tank cleaning, and rudder assembly maintenance. Additionally, it covers drydocking, temporary services, sea trial support, and general maintenance for various components like fathometer transducers and cathodic protection. The schedule also specifies tasks unique to the barge, such as spud well preservation and specific hull plating inspections. The document includes line items for a composite labor rate, GFP report, and laydays, categorizing tasks into definite and optional items to determine the total project cost. This RFP details a substantial maintenance and upgrade project for a government vessel.
The Department of Homeland Security (DHS), U.S. Coast Guard (USCG) Surface Force Logistics Center (SFLC) is issuing a Justification for Other Than Full and Open Competition for a sole-source procurement. The justification is for the services of a qualified Tech Rep familiar with the Wartsila Type FSE Shaft Seal to assist with disassembly, inspection, and reassembly, ensuring compliance with manufacturer's procedures. Wartsila Defense Inc. is identified as the only known source due to proprietary manufacturing data, drawings, specifications, and engineering control procedures necessary to ensure the latest design configuration and quality control. The estimated amount for these services is $14,500.00. The USCG plans to continue market research but acknowledges that obtaining full and open competition is unrealistic without access to Wartsila's proprietary technical information.
This document outlines the drydock repair specifications for the USCGC VISE (WLIC 75305) and USCG 68A BARGE (68012) for Fiscal Year 2026. Developed by Erik C Elasik, the Rev-1 dated August 11, 2025, details 44 work items covering hull inspection and preservation, propulsion system maintenance (shafting, bearings, propellers, seals), rudder assembly, tank cleaning, and cathodic protection. Key aspects include critical inspection items to be completed within the first 25% of the contract period, such as hull plating ultrasonic testing, propulsion shafting inspection, and drydocking procedures for both the tender and barge. The document also provides comprehensive lists of references, government-furnished property, and quality assurance inspection forms, emphasizing strict adherence to Coast Guard and SFLC Standard Specifications for fire prevention, environmental protection, and preservation tasks. The general requirements mandate contractor compliance with various safety, quality control, and environmental regulations, including specific fire safety and environmental management plans.