ContractCombined Synopsis/Solicitation

Drydock (DD): USCGC Polar Star FY26-30 Repair

DEPARTMENT OF HOMELAND SECURITY 70Z08526RLREP0005
Response Deadline
Feb 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the dry-dock repair of the USCGC Polar Star over a five-year period from FY2026 to FY2030. The procurement involves comprehensive maintenance tasks, including hull inspections, propulsion system overhauls, crane inspections, and environmental remediation, aimed at ensuring the vessel's operational readiness and compliance with safety regulations. This contract is critical for maintaining the capabilities of the Polar Star, an essential asset for the Coast Guard's missions. Interested vendors must submit their proposals by February 9, 2026, and can direct inquiries to Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil or Kiya Plummer-Dantzler at Kiya.R.Plummer-Dantzler@uscg.mil.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
J999
NON-NUCLEAR SHIP REPAIR (WEST)

Solicitation Documents

27 Files
Attachment 3 Consolidated List of References - 70Z08526LREP0005.pdf
PDF168 KBFeb 5, 2026
AI Summary
This government file, titled "CONSOLIDATED LIST OF REFERENCES," provides an extensive compilation of technical documents crucial for federal government projects, likely related to RFPs and grants concerning Coast Guard vessels. The list includes a wide array of Coast Guard Drawings, Technical Publications, and Surface Forces Logistics Center Standard Specifications, alongside various commercial and industry standards. These references cover diverse aspects of ship engineering, maintenance, and operations, such as structural details, machinery arrangements, propulsion systems, electrical systems, HVAC, plumbing, safety systems (fire suppression, cathodic protection), and surface preparation/coating. The document emphasizes the use of specific versions of these references for consistency between specification writing and contract execution, noting that most Coast Guard documents will be provided free of charge or accessible via the SFLC website. This consolidated list is essential for contractors and personnel involved in the design, overhaul, repair, and maintenance of Coast Guard ships, ensuring compliance with established technical and safety standards.
Attachment 1 Pricing Sheet-Rev 1-70Z08526RLREP0005-6JAN2026.xlsx
Excel39 KBFeb 5, 2026
AI Summary
The USCGC POLAR STAR DRY DOCK project (70Z08526RLREP0005) outlines a comprehensive series of maintenance and repair tasks across five ordering periods, from FY26 to FY30. Each annual period details specific work items (WIs) covering drydocking, temporary services, project management, hull inspections, propulsion system overhauls, crane maintenance, fire suppression system checks, various cleaning and preservation tasks, and remediation of hazardous materials like asbestos and lead-based paint. Common tasks across periods include hull plating inspection, propulsion shafting maintenance, annual inspections of cranes and fire suppression systems, and preservation of exterior decks and stern tube surfaces. Specialized tasks are distributed throughout the years, such as boiler biennial maintenance, deck covering renewals, engine mount renewal, and various tank cleaning and inspection services. The project also includes provisions for sea trial performance support, with pricing for weekdays and weekend days to be determined. Each ordering period specifies a composite labor rate, lay days, and an estimated price, with a mark-up rate based on material and subcontractor costs. The overall project aims to ensure the continued operational readiness and safety of the USCGC Polar Star through a structured, multi-year maintenance program.
RFP-Polar Star-FOR REVIEW-70Z08526RLREP0005-12JAN2026.docx
Word218 KBFeb 5, 2026
AI Summary
The United States Coast Guard (USCG) Surface Forces Logistics Center has released a Draft Solicitation (70Z08526RLREP0005) for dry-dock repair services for the USCGC POLAR STAR for fiscal years 2026-2030. This is a Request for Proposals (RFP) for a Requirements Contract with firm fixed-price task orders. The solicitation is set aside for small businesses and has a NAICS code of 336611 (Ship Building and Repairing) with a size standard of 1300 employees. The contractor will provide all necessary labor, materials, and equipment for the dry dock availability at a facility on the Continental West Coast of the United States, accessible from a navigable waterway with specific depth and clearance requirements. The contract will include a base period and four ordering periods, with work anticipated annually from March 31 to September 30. The draft solicitation outlines detailed procedures for ordering work, handling additional work, change requests, condition found reports, and the submission of invoices. It also specifies requirements for contractor performance assessments, government property management, and foreign visitor vetting.
RFP-FINAL-Polar Star-70Z08526RLREP0005-22JAN2026.docx
Word219 KBFeb 5, 2026
AI Summary
The United States Coast Guard (USCG) Surface Forces Logistics Center has issued Solicitation Number 70Z08526RLREP0005, a Request for Proposal (RFP) for dry-dock repairs to the USCGC Polar Star. This requirements contract, with firm-fixed-price task orders, covers the period from FY2026 to FY2030. The solicitation is unrestricted, with a NAICS code of 336611 and a size standard of 1300 employees. Key requirements include a composite labor rate, lay day rate, and markup on materials/subcontractor costs, with all work performed at the contractor's dry dock facility on the Continental West Coast. The document outlines procedures for additional work, change requests, invoice submission, and associate contractor agreements, emphasizing adherence to FAR and DHS acquisition regulations. The offer due date is February 5, 2026.
Amendment 001 - CGC POLAR STAR DD.doc
Word75 KBFeb 5, 2026
AI Summary
Amendment 001 to Solicitation 70Z08526RLREP0005, effective January 15, 2026, modifies the USCGC POLAR STAR FY2026-FY2030 Drydock Repair Solicitation. The primary purpose of this amendment is to update specific dates on page 27 of the original solicitation. This modification is issued under the authority of Contract Clause H.4 Option Item and FAR 17.207(c). All other terms and conditions of the solicitation remain unchanged. Interested parties must submit the DHS Non-Disclosure Agreement to Andrew Jacobs (andrew.g.jacobs@uscg.mil) by 1200 Pacific Time (PT) on January 16, 2026, with courtesy copies to Ambrocio Alvarez-Estero and Kiya Plummer-Dantzler. Questions regarding the solicitation must be emailed to Andrew Jacobs (andrew.g.jacobs@uscg.mil), with a courtesy copy to Ambrocio Alvarez-Estero, by 1200 PT on January 20, 2026, using Attachment (5), the Request for Clarification Form.
Attachment 2 Specifications_Statement of Work - 70Z08526RLREP0005.pdf
PDF7830 KBFeb 5, 2026
AI Summary
The USCGC POLAR STAR (WAGB 10) Drydock Repairs Specification outlines extensive maintenance and repair work scheduled from FY2026 to FY2030. Developed by LCDR Justin Johnson, this comprehensive document details 110 work items covering drydocking, hull preservation, propulsion system overhaul, crane inspections, and various mechanical and electrical system maintenances. Key tasks include hull plating inspection and ultrasonic testing, removal and reinstallation of propulsion hubs and shafting, renewal of cathodic protection, and annual inspections of critical equipment like davits, cranes, and fire suppression systems. The specification also mandates extensive cleaning and inspection of tanks, preservation of hull and superstructure, and replacement of deck coverings. Additional work items address environmental hazards such as asbestos abatement and lead-based paint remediation. This detailed specification ensures the vessel's operational readiness and compliance with safety and environmental regulations, supported by numerous Coast Guard drawings, technical publications, and industry standards.
Attachment 10_Estimated Work Items for Each of the Ordering Periods.xlsx
Excel28 KBFeb 5, 2026
AI Summary
This government file details a comprehensive list of 110 Work Items (WIs) for naval vessel maintenance and overhaul across five fiscal years (FY 2026-2030). The work encompasses drydocking, temporary services, project management, and dock/sea trial support. Key areas of maintenance include hull plating inspection and preservation, propulsion shafting and hub removal/reinstallation, crane inspections and repairs, and overhaul of various purifiers (fuel, hydraulic, lube oil). The scope also covers extensive tank cleaning and inspection (fuel, ballast, aviation, dirty oil, potable water), maintenance of fire suppression and HVAC systems, and renewal of deck coverings and insulation. Critical environmental remediation, such as asbestos abatement and lead-based paint remediation, is also specified. The recurring nature of many items across the fiscal years indicates a planned, multi-year maintenance schedule designed to ensure the vessel's operational readiness and regulatory compliance.
Attachment 9 Past Performance Questionnaire - 70Z08526RLREP0005.docx
Word41 KBFeb 5, 2026
AI Summary
Attachment 9 is a Past Performance Questionnaire designed for evaluating contractor performance in government contracts. It gathers comprehensive information on the respondent and contractor, including contact details and a unique identification number (70Z08526RLREP0005). The core of the document consists of a detailed performance rating system with five categories: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory, each clearly defined. The questionnaire features 20 specific performance criteria, covering areas such as management, personnel, quality control, problem-solving, adherence to schedules, financial responsibility, and cooperation with government personnel. Respondents rate the contractor's performance by placing an 'X' in the appropriate column for each criterion. Additionally, the questionnaire includes three yes/no questions regarding cure or show cause notices, willingness to re-award a contract, and CPARS rating, with space for remarks to explain unsatisfactory ratings or specific outcomes. This document serves as a critical tool for assessing a contractor's past performance, aiding in future contract award decisions for federal, state, and local government RFPs and grants.
Attachment 8 Change Request Proposal Form - 70Z08526RLREP0005.xlsx
Excel45 KBFeb 5, 2026
AI Summary
This document, Form 002 (Rev 12/00) from the Department of Transportation, U.S. Coast Guard, Naval Engineering, serves as an Independent Contractor Estimate and Independent Government Estimate for work on the USCGC POLAR STAR DD FY26, with a contract award date of September 30, 2030. The form details sections for summarizing labor, sub-contractor, and material costs, culminating in a total estimate. It also includes provisions for tracking regular and overtime labor hours for various trades such as Welder, Ship Fitter, Electrician, and Painter. A key aspect of this document is the explicit mention that the proposed work may necessitate an extension of the current delivery date, requiring notification and concurrence from the Operational Commander. The document also serves as a request for a detailed price proposal from contractors within three calendar days, with a clear statement that no obligation is created for the U.S. Government until an agreement on price and performance period is reached and a bilateral contract modification is executed.
Attachment 4 Past Performance Information Form - 70Z08526RLREP0005.docx
Word31 KBFeb 5, 2026
AI Summary
The Past Performance Information Form (Attachment 4, Solicitation No.: 70Z08526RLREP0005) is a government document used by offerors to provide details about their past contract performance. The form requires the offeror's name, contract identifier, customer name and location, customer point of contact, telephone and email, total dollar value of the effort (by fiscal or calendar year), and the period of performance. It also mandates a detailed description of the work performed to demonstrate its relevance to the current solicitation's scope, as well as information on any subcontractors utilized, including their work description and annual dollar value. This form is crucial for evaluating an offeror's experience and capability in federal government RFPs, federal grants, and state and local RFPs.
Amendment 003-POLAR STAR DD FY26-30 IDIQ.doc
Word159 KBFeb 5, 2026
AI Summary
Amendment 003 to Solicitation 70Z08526RLREP0005 for the POLAR STAR IDIQ DD FY26-30 project addresses vendor questions and extends the closing date from February 5, 2026, to February 9, 2026. The amendment clarifies pricing methods for various work items, including the requirement for lump sum bids for specific tasks like piping and insulation. It also specifies the submission of a work schedule for only the first ordering period (FY2026 drydock) and outlines requirements for technical representative certifications. The document details corrections to work item descriptions and provides guidance on the format for the Contract Work Breakdown Structure (CWBS), referencing MIL-STD-881F. Additionally, it confirms that certain work items are optional and do not require pricing for bid submission, and that an updated Attachment 1 Pricing Sheet (Rev2_29Jan2026) has been issued.
Amendment 003-Attch 10-Estimated Work Items Each Ordering Period.xlsx
Excel31 KBFeb 5, 2026
AI Summary
The provided document outlines a comprehensive maintenance and repair schedule for a vessel across five fiscal years (FY 2026-2030), detailing 110 distinct work items (WIs). These WIs cover various aspects of vessel upkeep, including drydocking, temporary services, project management, and performance support. Key areas of maintenance include hull plating inspection and preservation, propulsion system overhaul (shafting, hubs, seals, motors, generators, and reduction gear), crane and davit inspections, and annual certifications for elevators, dumbwaiters, and fire suppression systems. The schedule also details extensive cleaning and inspection of tanks (fuel, ballast, aviation, dirty oil, potable water, sewage), exhaust stack uptakes, and vent ducts. Structural and safety-related work encompasses cathodic protection renewal, deck covering replacement, insulation renewal, asbestos abatement, lead-based paint remediation, and sea valve overhauls. The recurring nature of many items across the fiscal years indicates a planned, ongoing maintenance program to ensure the vessel's operational readiness and compliance.
Amendment 003-Attch 3 Consolidated List of References-Polar Star DD-22Jan26.pdf
PDF167 KBFeb 5, 2026
AI Summary
This document provides a consolidated list of references for a government project, likely related to federal government RFPs or grants. It details numerous Coast Guard Drawings, Technical Publications, and Surface Forces Logistics Center Standard Specifications, primarily focusing on the design, engineering, maintenance, and operational aspects of Coast Guard vessels, specifically the POLAR STAR icebreaker. Key areas covered include general arrangements, structural details, propulsion systems (CPP, diesel, gas turbine), hydraulic and piping systems (bilge, firemain, potable water, sewage, cooling, steam heat, compressed air), electrical systems, insulation, deck coverings, and various machinery components. Additionally, the document references other government and commercial standards, specifications, and guides from organizations such as NAVSEA, ASTM, ASME, AWS, IEEE, ISO, MSS, NFPA, and SSPC, addressing topics like welding, nondestructive testing, material specifications, safety, environmental protection, and surface preparation. The comprehensive nature of these references indicates a project requiring adherence to rigorous technical and regulatory standards.
Amendment 003-Attch 2- Specification - 70Z08526LREP0005 - 23JAN2026.pdf
PDF7371 KBFeb 5, 2026
AI Summary
The USCGC POLAR STAR (WAGB 10) Drydock Availability FY2026 – FY2030 specification outlines extensive drydock repairs and maintenance for the icebreaker. The document details 110 work items, including hull plating inspection and preservation, propulsion system overhauls (hubs, shafting, seals), crane and davit inspections, and various mechanical system maintenance (boilers, generators, purifiers, evaporators). Critical tasks also involve extensive tank cleaning and inspection (fuel, ballast, potable water, sewage), renewal of cathodic protection, and comprehensive preservation of interior and exterior surfaces. Environmental remediation efforts are planned for asbestos-containing materials and lead-based paint. The specification also covers general requirements, temporary services, project management, and compliance with numerous Coast Guard, NAVSEA, and industry standards, emphasizing safety and operational readiness over the five-year period.
Amendment 004-Attch 1 Pricing Sheet_Rev3_5FEB2026.xlsx
Excel40 KBFeb 5, 2026
AI Summary
The provided document outlines five task orders (FY26-FY30) for the dry dock maintenance and repair of the USCGC POLAR STAR. Each task order details a comprehensive list of Work Items (WIs) covering various aspects of the ship's maintenance, including drydocking, temporary services, project management, hull inspections and plating, propulsion system overhauls (shafting, hubs, seals, generators, motors, gears), crane and davit inspections, fire suppression system checks, elevator and dumbwaiter maintenance, tank cleaning and inspection, deck preservation, piping repairs, and environmental remediation (asbestos and lead-based paint abatement). Common tasks across all years include hull plating inspection, propulsion system maintenance, sea strainer cleaning, cathodic protection renewal, crane inspections, fixed fire suppression system checks, and general electrical/mechanical equipment cleaning. Specific tasks are scheduled for particular fiscal years, such as boiler maintenance, deck covering renewal, and more extensive overhauls of various purifiers and shafting components. The document also includes placeholders for pricing daily rates for sea trial performance (weekdays and weekends) and a markup rate calculation based on estimated material and subcontractor costs for each ordering period. The overall purpose is to solicit proposals for the comprehensive upkeep and modernization of the USCGC POLAR STAR over a five-year period.
Amendment 004-POLAR STAR DD FY26-30 IDIQ.doc
Word102 KBFeb 5, 2026
AI Summary
Amendment 004 to Solicitation 70Z08526RLREP0005 for the POLAR STAR IDIQ DD FY26-30 project updates the pricing sheet (Attachment 1 Pricing; Sheet Rev 3 dated 5 Feb 2026). This amendment clarifies markup rate wording, corrects the number of lay days back to five, and addresses contractor questions regarding pricing of work items. It supersedes Amendment 001, stating that only work items specified in Attachment 1 for each ordering period should be priced, not those listed in Attachment 10 (Estimated Work Items) or previously identified optional items. The amendment also rectifies calculation errors in the pricing sheet formulas and removes inadvertently added tabs.
Amendment 003-Attch 1 Pricing Sheet_Rev2_29JAN2026.xlsx
Excel43 KBFeb 5, 2026
AI Summary
The document outlines a five-year dry dock maintenance and repair schedule for the USCGC POLAR STAR (FY26-FY30), detailing a series of Work Items (WIs) for each fiscal year. Each task order (Tab 1 to Tab 5) specifies recurring and unique maintenance tasks, including hull inspections, propulsion system overhauls, crane inspections, tank cleaning, preservation work, and environmental remediation (asbestos and lead-based paint abatement). The document also includes sections for pricing, indicating unit prices, quantities, and total CLIN prices for each work item, along with fields for composite labor rates and markup rates. This comprehensive plan ensures the ongoing operational readiness and structural integrity of the USCGC POLAR STAR through scheduled dry dock periods.
Solicitation 70Z08526RLREP0005 Amendment 003 - POLAR STAR DS FY26-30 IDIQ.pdf
PDF277 KBFeb 5, 2026
AI Summary
Amendment 003 to Solicitation No. 70Z08526RLREP0005, effective January 28, 2026, addresses vendor questions and updates attachments for the POLAR STAR IDIQ DD FY26-30 contract. Key updates include extending the deadline for questions to January 29, 2026, and confirming that final answers will be provided by February 2, 2026. Several work items, such as D-30, D-39, D-48, D-64, D-71, D-77, D-83, and D-102, are now designated as optional and require pricing. Clarifications were provided for conflicting work item instructions, piping repair pricing (WI 52), and sewage offloading requirements. The amendment also specifies that contractors must submit a work schedule only for the first ordering period (FY2026 drydock) and outlines pricing methods for various work items like deck coverings, insulation, and piping. Additionally, the government clarified the use of MIL-STD-881F and DI-MGMT-81861C for the Contract Work Breakdown Structure (CWBS) and detailed the submission requirements for technical representative certifications. Work items WI 92 and WI 93 were re-labeled, and pricing for sea trials (CLIN 4) was clarified to be a prorated daily rate.
Attachment 1 Pricing Sheet - 70Z08526RLREP0005_Rev1_23JAN2026.xlsx
Excel44 KBFeb 5, 2026
AI Summary
This pricing sheet outlines the estimated costs for dry dock maintenance and repair work on the USCGC HEALY and USCGC POLAR STAR for fiscal years 2026-2030. The document details five separate task orders, each corresponding to a specific fiscal year and outlining numerous work items (WIs) for each vessel. Key pricing components include a composite labor rate (hourly), a mark-up/loading rate for materials and subcontractors (percentage), and a daily rate for 'Lay Days' and 'Sea Trial Performance' (weekdays and weekend days). The estimated price for materials and subcontractors is consistently set at $250,000 and $500,000, respectively, for each ordering period. The listed work items cover a comprehensive range of dry dock activities, including hull plating inspection and preservation, propulsion system maintenance, crane inspections, tank cleaning, and abatement of hazardous materials like asbestos and lead-based paint. The rates and percentages will be used for change requests authorized by the Contracting Officer.
Attachment 2 Statement of Work Specification - 70Z08526LREP0005 - 23JAN2026.pdf
PDF7371 KBFeb 5, 2026
AI Summary
This document outlines the comprehensive drydock repair specifications for the USCGC POLAR STAR (WAGB 10) for fiscal years 2026-2030. The extensive list of 110 work items covers critical repairs and maintenance, including drydocking, hull plating inspections and preservation, propulsion system overhauls (shafting, hubs, seals), and crane inspections. Also detailed are various mechanical system repairs (sea strainers, boilers, generators, purifiers, evaporators), tank cleaning and inspection (fuel, ballast, potable water, sewage), and structural preservation (superstructure, stern tube surfaces). The project also includes extensive deck covering renewals, vent duct cleaning, and addressing hazardous materials like asbestos and lead-based paint. The specification provides a detailed framework for ensuring the vessel's operational readiness and regulatory compliance, with a comprehensive list of Coast Guard drawings, publications, and other references guiding the repairs.
Attachment 3 Consolidated List of References - 70Z08526LREP0005_22Jan26.pdf
PDF167 KBFeb 5, 2026
AI Summary
This document provides a comprehensive consolidated list of references for a federal government project, likely related to the maintenance, overhaul, or modification of a Coast Guard vessel, specifically the POLAR STAR icebreaker. The references are categorized into Coast Guard Drawings, Coast Guard Publications, and Other References. The Coast Guard Drawings detail various aspects of the vessel's structure, machinery, piping systems, and general arrangements, covering areas from hull plating and rudder systems to propulsion, electrical, and HVAC. The Coast Guard Publications include instruction manuals, technical publications, and standard specifications for various shipboard systems and operations. The Other References section lists industry standards, federal regulations, military specifications, and commercial product documentation related to materials, testing, safety, and environmental protection. This extensive compilation of documents ensures that contractors and project personnel use the correct versions and adhere to specified guidelines throughout the project's execution, emphasizing compliance and standardized procedures.
Attachment 10 Estimated Work Items for Each of the Ordering Periods_23JAN26.xlsx
Excel31 KBFeb 5, 2026
AI Summary
The provided document outlines a comprehensive five-year maintenance and repair schedule for a vessel, detailing 110 specific work items (WIs) from FY2026 to FY2030. Key areas of work include drydocking, propulsion system maintenance (hubs, shafting, seals), hull plating inspection and preservation, crane and davit inspections, and overhaul of various mechanical and electrical systems such as generators, purifiers, and evaporators. The schedule also covers critical safety systems like fire suppression and environmental remediation for asbestos and lead-based paint. Tank cleaning and inspection for fuel, ballast, aviation fuel, dirty oil, waste, and potable water are recurring tasks. Additionally, the plan addresses ventilation duct cleaning, steering system grooming, and renewal of insulation and deck coverings. The inclusion of an independent NACE Inspector Level 3 highlights a focus on quality assurance for preservation work. This extensive schedule ensures the vessel's operational readiness and compliance with maintenance standards over the five-year period.
Amendment 002-Solicitation 70Z08526RLREP0005 -POLAR STAR.doc
Word124 KBFeb 5, 2026
AI Summary
Amendment 002 to Solicitation 70Z08526RLREP0005, effective January 27, 2026, addresses vendor questions and extends the deadline for questions for the POLAR STAR IDIQ DD FY26-30 Repairs. Key updates include extending the question submission deadline to January 29, 2026, with final answers by February 2, 2026. Several work items (D-30, D-39, D-48, D-64, D-71, D-77, D-83, D-102) without specified ordering periods are to be priced as optional items. Work Item 63 is confirmed as correct regarding the Port Forward bearing installation, clarifying a conflict with WI 61. An updated consolidated list of references will be provided. For WI 52, contractors must submit a single lump sum price, with the quantity on the pricing schedule changed to one. Contractors are not required to provide a sewage barge if they have alternative offloading services. A work schedule/planning document is only required for the first ordering period (FY2026 drydock), while pricing is needed for all five periods. Locations for various deck, carpet, non-skid, and interior deck renewals will be provided by the COR at the time of availability, with pricing required for specified square footage. Oil types and quantities for several work items (WI#7, #14, #15, #16, #26, #30) have been clarified. Proposal formatting allows for submission of each volume as a document folder in PDF format, but the planning document submittal remains at a maximum of 25 pages. The Government requires the use of MIL-STD-881F and DI-MGMT-81861C for developing and maintaining the Contract Work Breakdown Structure (CWBS).
Solicitation 70Z08526RLREP0005 Amendment 002 - POLAR STAR DS FY26-30 IDIQ.pdf
PDF261 KBFeb 5, 2026
AI Summary
Amendment 002 to Solicitation 70Z08526RLREP0005, effective January 27, 2026, addresses questions from vendors regarding the POLAR STAR IDIQ DD FY26-30 Repairs contract. Key updates include an extension for submitting questions until January 29, 2026, with final answers due by February 2, 2026. Several work items (D-30, D-39, D-48, D-64, D-71, D-77, D-83, D-102) initially lacking ordering periods are now designated as optional items to be priced. Work Item 63 is clarified as correct regarding the Port Forward bearing installation, with a correction noted for Work Item 61. An updated consolidated list of references will be provided to vendors. For Work Item 52, pricing should be a single lump sum, with the quantity on the pricing schedule changed to one. Contractors are not required to provide a sewage barge if they have alternative offloading services. A work schedule is only required for the first ordering period (FY2026 drydock), with pricing for the subsequent four. Locations for deck covering, carpet, non-skid, and interior deck renewals (Work Items 32, 33, 34, 35) will be provided by the COR at the time of availability. Specific oil types and quantities for various work items (WI#7, WI#14, WI#15, WI#16, WI#26, WI#30) have been clarified. Proposal formatting allows for submission as document folders and in PDF format, but the planning document submittal remains at a 25-page maximum. For Work Item 03, the government prefers the MIL-STD-881F and DI-MGMT-81861C standards for the Contract Work Breakdown Structure (CWBS).
Attachment 7 Department of Homeland Security Non-Disclosure Agreement (NDA)_70Z08526RLREP0005.pdf
PDF631 KBFeb 5, 2026
AI Summary
The Department of Homeland Security's Non-Disclosure Agreement (DHS Form 11000-6) outlines the terms and conditions for individuals granted conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and other Sensitive but Unclassified (SBU) information. Signatories must comply with all applicable laws, regulations, and directives governing the protection, dissemination, handling, and safeguarding of these information categories. Key obligations include preventing unauthorized disclosure, reporting security violations, and surrendering all sensitive materials upon request or completion of duties. The agreement emphasizes that violations can lead to the cancellation of access, administrative, disciplinary, civil, or criminal action, and the assignment of royalties from unauthorized disclosures to the U.S. Government or the owning entity for PCII. This legally binding document ensures the secure management of sensitive government information.
Attachment 6 Government Property Report - 70Z08526LREP0005.pdf
PDF121 KBFeb 5, 2026
AI Summary
The USCGC POLAR STAR (WAGB-400) DRYDOCK AVAILABILITY FY2026 document provides a consolidated list of Government-furnished property for the drydocking of the USCGC Polar Star. This list details various items, including propeller components (lifting fixtures, shipping cradles, controllable pitch propellers), bearing assemblies, sealing elements, specialized tools for bolt removal and shaft handling, and various pumps and service kits for purifiers. The property is categorized as either Government-loaned (must be returned), new/refurbished equipment for installation, or property supplied by the vessel or C4IT Service Center. Key items include the port and starboard controllable pitch propellers, estimated at $3,500,000.00 each, and large equipment such as shaft trailers and handlers, each valued at $1,000,000.00. The document specifies quantities, estimated costs, and, where applicable, NSN/PN or manufacturer information for each item.
Attachment 5 Request for Clarifications - 70Z08526RLREP0005.docx
Word30 KBFeb 5, 2026
AI Summary
This document, Attachment (5) to Solicitation No. 70Z08526RLREP0005, outlines the process for offerors to submit questions and request clarifications regarding the solicitation. Offerors must use the provided "Request for Clarification" form, submitting one question per form. Each form must include the offeror's firm name and be emailed to the designated points of contact. The solicitation number, question number, relevant section/work item, and paragraph number (if applicable) must be specified on the form. Answers to submitted questions will be provided via an amendment to the solicitation. This attachment ensures a structured and formal communication channel for inquiries during the bidding process.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 15, 2026
amendedAmendment #1· Description UpdatedJan 22, 2026
amendedAmendment #2· Description UpdatedJan 30, 2026
amendedLatest Amendment· Description UpdatedFeb 5, 2026
deadlineResponse DeadlineFeb 9, 2026
expiryArchive DateMay 12, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)

Point of Contact

Name
Andrew G. Jacobs

Place of Performance

UNITED STATES

Official Sources