Z--GAOA - Alaska Peninsula NWR Float Plane Dock Repla
ID: 140FGA25R0012Type: Solicitation
AwardedSep 25, 2025
$2.6M$2,634,300
AwardeeSTG, INC. 11710 S GAMBELL ST Anchorage AK 99515 USA
Award #:140FGA25C0021
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    The U.S. Department of the Interior, through the Fish and Wildlife Service, is soliciting proposals for the replacement of the floatplane dock at the Alaska Peninsula National Wildlife Refuge in King Salmon, Alaska. The project entails the demolition of the existing dock and boat ramp, followed by the construction of new facilities, including a bulkhead, a floating dock, and an optional boat ramp, with a performance period extending from October 1, 2025, to October 1, 2027. This initiative is crucial for maintaining infrastructure that supports wildlife conservation and access to remote areas, ensuring compliance with environmental regulations throughout the construction process. Interested contractors must submit their proposals by August 26, 2025, and can direct inquiries to Samantha LaGue at samantha_lague@fws.gov or by phone at 413-253-8349.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service is seeking contractors for the Alaska Peninsula National Wildlife Refuge GAOA Projects in King Salmon, AK. The project involves demolishing the existing floatplane dock and boat ramp due to structural failure and constructing new facilities in accordance with design specifications. Key tasks include replacing the bulkhead and floatplane dock, with an optional boat ramp replacement. The project is located close to the King Salmon airport and requires compliance with federal engineering standards, inspections, and environmental permits. Contractors must submit a detailed schedule, invoices based on the schedule of values, and final closeout documentation including operation manuals and record drawings. The work should be completed within 730 days of project commencement upon receipt of the Notice to Proceed. A pre-bid meeting is encouraged for prospective bidders to discuss project specifics and site logistics. This initiative underscores the government's commitment to maintaining and enhancing wildlife habitats through infrastructure upgrades.
    The document outlines the Alaska Peninsula and Becharof National Wildlife Refuge dock replacement project, specifically located in King Salmon, Alaska. It provides a comprehensive civil and structural sheet index dated March 2023, detailing the planned upgrades including estimates of quantities and various construction specifications. The project aims to enhance the dock infrastructure, indicating the essential engineering and design elements necessary for this initiative. Key components include sheet piles, elevation details for railings, and gravel surfacing sections, among others. The information is typically relevant for engineers and contractors participating in federal or state requests for proposals (RFPs) aimed at infrastructure development, which is critical for maintaining accessibility to remote areas in Alaska. This project reflects the government’s commitment to improving essential infrastructure while also adhering to environmental and safety regulations.
    The document outlines the civil, mechanical, and electrical plans for the dock replacement project at the Alaska Peninsula/Becharof National Wildlife Refuge, specifically in King Salmon, AK. This project, marked as Phase 2, involves detailed engineering preparations including site layouts, structural designs, and safety measures aimed at enhancing the dock's functionality. Key elements include construction components such as float transition plates, fuel tank installations, gangways, and various dock features designed for operational efficiency. Additionally, the plans emphasize critical safety and compliance markers, such as hazardous boundary regulations for fuel storage areas and provisions for flammable materials. The overarching purpose of this documentation is to serve as a technical guide for contractors engaged in the project, ensuring adherence to engineering standards and safety protocols in line with federal RFP and grant requirements. The attention to detailed specifications affirms the government's commitment to maintaining essential infrastructure safely and effectively within environmentally sensitive areas.
    The document presents a fuel tank and hose reel plan, including detailed mechanical site plans and elevation views, dated August 29, 2022. It emphasizes adhering to safety protocols around combustible liquids, specifically instructing to keep fire and flame away from the tanks. The file includes scaled drawings of the existing fuel tank and hose reel system, referenced as "OFCI FUEL TANK," alongside accompanying notes. Overall, it serves as an essential technical guide for the installation and maintenance of fuel tank systems in line with federal and local regulations. The focus on safety measures indicates compliance with environmental standards, reflecting the government’s commitment to effective management and operation of fuel infrastructure.
    The document outlines essential plans and specifications related to the electrical and hazardous area management for a fuel storage and dispensing facility. It includes an electrical site plan, an enlarged fuel tank plan, and a hazardous boundary plan, all dated July 1, 2022. Key components focus on identifying hazardous locations around fuel storage tanks and dispensers, indicating the containment measures necessary to ensure safety standards are met. The document utilizes various scales for detailed layout representation, which is critical for construction and compliance with safety regulations. The detailed plans aim to guide contractors in executing the work required under federal and state grant projects, emphasizing the importance of adhering to strict safety guidelines and managing potential environmental risks associated with hazardous materials.
    The Alaska Peninsula/Becharof National Wildlife Refuge Dock Replacement – Phase 1 project involves the replacement and relocation of the existing dock complex in King Salmon, Alaska. The document outlines comprehensive construction requirements, emphasizing the provision of all necessary management, supervision, labor, equipment, and materials. Additionally, it includes specifications for various construction procedures such as demolition, earthwork, and marine construction. Coordination with US Fish and Wildlife Service and future construction phases is critical, as the dock replacement is part of the larger USFWS King Salmon Campus 2020 Master Plan. Access restrictions, work hours, and coordination with occupied government facilities are outlined to minimize disruptions. The document highlights requirements for project communication, payment procedures, and ongoing progress documentation, including the necessity of certified payrolls and regular updates on the construction schedule. Detailed procedures for substitutions, quality assurance, and photographic evidence of project progression are also specified. This project aims to enhance wildlife conservation efforts while ensuring regulatory compliance in construction practices. Overall, this document serves as a vital resource for managing and executing the dock replacement efficiently within the established guidelines and scopes.
    The Alaska Peninsula/Becharof National Wildlife Refuge (NWR) Dock Replacement – Phase 2 project focuses on replacing and relocating the existing dock complex, including associated improvements such as floats, pile frames, and utilities. The document outlines detailed technical specifications required for the construction work, emphasizing project management, coordination, and quality control measures essential for the timely execution. Key elements include instructions about site access, cooperation with government operations, and specific environmental protections during construction. Payment procedures stipulate monthly payments based on approved work, while submittal guidelines outline the necessary documentation for proposals, updates, and requests for information. The project is a significant part of the US Fish and Wildlife Service's infrastructure development, aligning with the 2020 Master Plan for the King Salmon Campus. It requires coordination among multiple contractors to ensure compliance with contract documents and local regulations while maintaining operational efficiency for the entities involved. The document serves both as a comprehensive guide during the construction phase and as a legal reference for ensuring adherence to standards, safety regulations, and project specifications.
    The document appears to be a scrambled and corrupted file, primarily consisting of garbled text and unreadable characters, making it challenging to extract coherent information or identify specific sections. The content does not convey clear topics, key ideas, or supporting details related to government RFPs, federal grants, or state/local RFPs. The disorganized nature and lack of structured information hinder any attempts to interpret the document meaningfully. Therefore, no substantive summary can be provided based on the analysis of the provided text due to its incomprehensible state. It is essential to secure a properly formatted and legible document to achieve an accurate summary.
    The document outlines a price schedule for the Floatplane Dock Rehabilitation project at the Alaska Peninsula National Wildlife Refuge, detailed under RFP 140FGA25R0012. The main goal is to obtain bids for replacing a bulkhead and a floatplane dock, with a total cost calculated based on individual items' pricing, which must include all associated expenses such as materials, labor, overhead, and profit. Proposals will be evaluated using the Lowest Price Technically Acceptable method. In addition to the base items, an option item for replacing a boat ramp is included, though the government retains the discretion not to award this option. Offerors are required to provide comprehensive pricing for each task while also breaking down their proposals into divisions and subdivisions. Incomplete price schedules will not be considered for award. Overall, this document serves to solicit competitive bids for essential infrastructure work, ensuring that all costs are transparent and that the evaluation is straightforward.
    The United States Department of the Interior's Fish and Wildlife Service has issued a Request for Proposals (RFP) for a Floatplane Dock Replacement project at the Alaska Peninsula National Wildlife Refuge. The solicitation number is 140FGA25R0012, and interested contractors must submit their proposals, including an Official Proposal, signed forms, bid guarantee, and necessary certifications by July 24, 2025. The project's magnitude ranges between $1 million and $5 million, with a performance period from October 1, 2025, to October 1, 2027. Contractors will be required to participate in a site visit on July 7, 2025, and those attending must RSVP by July 2, 2025. A bid bond is necessary, and for awards exceeding specific thresholds, payment and performance bonds will be required. The contract is for Firm-Fixed Price and will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach. Questions must be submitted via email by July 10, 2025, and the contracting officer, Samantha LaGue, is the point of contact for further inquiries. This RFP reflects the federal government's initiative to manage and improve natural resources through contracting opportunities.
    The document addresses questions and answers regarding the Alaska Peninsula National Wildlife Refuge (NWR) Floatplane Dock Replacement project, under Solicitation # 140FGA25R0012. It confirms that contractors may work a 7/10 schedule and outlines in-water work restrictions to protect salmon habitats, specifying that construction must occur between July 15 and May 15 and under low water levels. While there are no strict noise restrictions, mitigation measures are suggested to minimize impacts on aquatic wildlife, particularly during beluga whale migration periods. The Refuge allows for winter staging of materials and equipment with proper coordination. Notably, the project phases previously mentioned are now consolidated, with a base including both the bulkhead and floatplane dock as one funded project, while an optional boat ramp replacement may be considered based on pricing. The estimated project start date is post-award, with awards expected around August 30, and a 365-day completion timeframe. This document is part of the RFP process, providing critical clarifications to potential contractors about project logistics and environmental considerations.
    Amendment 4 of Solicitation #140FGA25R0012 addresses questions regarding the Alaska Peninsula National Wildlife Refuge Floatplane Dock Replacement project. Key clarifications include the provision of an ADF&G permit for in-water work as an attachment to Amendment 4, and confirmation that the correct Period of Performance is 730 calendar days, not 365, allowing sufficient time for work beyond a single season. Additionally, CAD drawings are now available via a provided link. The included Alaska Department of Fish and Game permit (FH22-II-0150) details the demolition of the existing dock and ramp and construction of a new facility further upstream on the Naknek River. The project involves extensive in-water work, including the installation of a new sheet pile abutment, a floating dock with anchor chains, a new launch ramp, and an above-ground fuel storage tank. The permit outlines specific stipulations for environmental protection, such as stabilizing earthwork, preventing pollution, restricting fueling below mean high water, and limiting in-water work to July 15 through May 15. The Naknek River is identified as critical habitat for anadromous fish, necessitating strict adherence to permit terms and conditions, with the permit remaining valid for the life of the structure.
    The document pertains to the solicitation for the replacement of the floatplane dock at Alaska Peninsula National Wildlife Refuge, identified as Solicitation No. 140FGA25R0012, issued by the U.S. Fish and Wildlife Service (FWS). The primary requirement is for the contractor to provide labor, materials, and supervision for the construction project, which includes replacing the dock, bulkhead, and boat ramp. The timeline stipulates that the contractor should initiate work within ten days after receiving the notice to proceed, with a maximum performance period of up to 730 days. The solicitation includes detailed specifications, standard payment procedures (including the use of the U.S. Treasury's Invoice Processing Platform), and various clauses and requirements related to inspection, environmental considerations, and labor standards. The document also outlines the need for adherence to safety protocols, handling of hazardous materials, and compliance with federal laws regarding construction practices, such as the Buy American Act. This procurement process emphasizes transparency and accountability while promoting sustainable practices. Overall, it showcases the government's initiative to maintain and improve infrastructure within protected federal lands while ensuring compliance with legal and environmental standards.
    The document serves as an amendment to solicitation number 140FGA25R0012, primarily aimed at modifying contract terms for a government procurement opportunity. It establishes new protocols for acknowledging the amendment, emphasizing that failure to do so may lead to the rejection of offers. Key changes include an extension of the proposal submission deadline from July 24, 2025, to August 4, 2025, and provision of a Pre-Bid Site Visit Sign-In sheet. The overall period of performance for the contract is set from October 1, 2025, to October 1, 2027. The document notes that all other terms and conditions specified in the original solicitation remain unchanged. This amendment process underscores the importance of clear communication and documentation in government contracting, ensuring that all parties are informed of modifications to the original proposal timeline and requirements, thereby facilitating compliance and participation in the procurement process.
    The document relates to the amendment of solicitation 140FGA25R0012 for a federal contract, underlining important updates and requirements for contractors. The amendment incorporates responses to contractor inquiries, updates existing clauses, and clarifies the evaluation process outlined in Section M, specifying requirements for offer acceptance. It emphasizes that all offers must acknowledge receipt of the amendment prior to the specified deadline, and changes to existing offers can be communicated through letters or electronic messages referencing the amendment. Furthermore, the period of performance for the contract is set from October 1, 2025, to October 1, 2027. The document includes attachments detailing updated provisions, evaluation methods, and a two-page question-and-answer section related to the amendment. Overall, this amendment aims to streamline the contracting process and ensure that all parties are aligned with the current terms and conditions, thus facilitating effective contract execution.
    The document is an amendment to a federal solicitation identified as 140FGA25R0012, administered by the U.S. Fish and Wildlife Service (FWS) in Falls Church, VA. The primary purpose of this amendment is to extend the proposal submission deadline from August 4, 2025, to August 19, 2025, both due by 2:00 PM EST. All other terms and conditions of the solicitation remain unchanged. The contract's period of performance is set from October 1, 2025, to October 1, 2027. The amendment includes procedural details regarding the acknowledgment of receipt for the changes, stipulating that submissions must adhere to specific formats to be considered valid. The document emphasizes the importance of timely communication and compliance with amended deadlines to ensure proposals are not rejected due to late submissions. This amendment is part of the Federal Request for Proposals (RFP) process, reflecting standard practices in managing government contracts and ensuring transparency and compliance in the procurement process.
    Amendment 0004 to Solicitation No. 140FGA25R0012, issued by FWS, GAOA, extends the proposal due date from August 19, 2025, to August 26, 2025, by 2:00 PM EST. This amendment provides answers to contractor questions and includes CAD drawings via a provided link. It also outlines changes to the period of performance from October 15, 2025, to October 15, 2027, and modifies specific line items for "Replace Bulkhead," "Replace Floatplane Dock," and "Replace Boat Ramp." An option line item for "Replace Boat Ramp" has an anticipated exercise date of September 4, 2025. All other terms and conditions of the original solicitation remain unchanged. The amendment includes attachments for "Questions and Answers_Amendment 4" and "8 CAD Drawings."
    The document is a solicitation (No. 140FGA25R0012) issued by the U.S. Fish and Wildlife Service for the replacement of the floatplane dock at the Alaska Peninsula National Wildlife Refuge in King Salmon, Alaska. The government requires contractors to provide all necessary labor, materials, and supervision for the project, with an emphasis on adherence to specified work requirements. The performance period spans from October 1, 2025, to October 1, 2027, with specific tasks including the replacement of the bulkhead, floatplane dock, and potentially the boat ramp. Bidders must submit sealed offers by a stated deadline, comply with numerous contractual clauses, and ensure regulatory compliance concerning environmental protections and labor standards. Additional requirements include submission of performance bonds, adherence to the government's inspection and acceptance clauses, and the provision of electronic payment requests. The document outlines the contractual process and responsibilities, emphasizing the importance of safety, environmental protection, and the use of sustainable practices throughout the project's execution.
    The U.S. Fish & Wildlife Service (USFWS) has issued a Sources Sought Notice for the Floatplane Dock Replacement Project at the Alaska Peninsula National Wildlife Refuge in King Salmon, AK. This notice serves to gather industry information and does not constitute a formal request for proposals. The project involves dismantling the existing floatplane dock and boat ramp, followed by the construction of a new dock that includes essential components such as a bulkhead, gangway, and electrical systems, with an optional boat ramp replacement. The existing dock experienced significant failures during a storm in 2018, indicating structural issues that need addressing. The primary focus of the sanctuary is the conservation of various wildlife species. Businesses interested in participating must submit their Unique Entity Identifier (UEI) and provide details of their relevant past projects to demonstrate capability. The NAICS code for this acquisition is 237990, with a size standard of $45 million. Responses are due by April 10, 2025. This initiative underscores the USFWS's commitment to maintaining infrastructure that supports wildlife conservation efforts while enhancing access for water vessels.
    The document outlines the Alaska Peninsula National Wildlife Refuge (NWR) Floatplane Dock Replacement project, specifically Solicitation No. 140FGA25R0012 by the Fish and Wildlife Service (FWS). The solicitation details the requirements for contractors to furnish labor, materials, equipment, and supervision to complete the dock replacement according to specified drawings and work statements. Important sections include pricing schedules, packaging and marking instructions, inspection and acceptance protocols, delivery timelines, and contract administration data. Special contract requirements emphasize adherence to environmental regulations, historical preservation, and limited work hours. It also highlights responsibilities regarding hazardous materials and compliance with the Davis-Bacon Act wage standards. Furthermore, contractors must utilize U.S.-made construction materials as stipulated in the Buy American clause. The overall aim of the solicitation is to secure qualified contractors for a critical infrastructure project while ensuring safety, environmental standards, and compliance with federal regulations.
    Similar Opportunities
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    DRY DOCK USCG BEAR FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dry dock repairs for the USCGC BEAR (WMEC 901) in fiscal year 2026. The procurement involves dry dock services, temporary cutter services, and the repair and preservation of ballast tanks, with work required to be performed within a 50-mile radius of the vessel's homeport in Portsmouth, VA, from July 20 to August 9, 2026. This opportunity is crucial for maintaining the operational readiness of the cutter, which plays a vital role in maritime safety and security. Interested parties must submit their information, including company details and past performance, by December 29, 2026, at 11:00 am EST, and must be registered in SAM to participate. For further inquiries, contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil.
    Nome Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the Nome Harbor Maintenance Dredging project in Nome, Alaska. The procurement involves performing pre- and post-dredge surveys, annual maintenance dredging, and the placement of dredged materials in designated areas, with an estimated total construction value between $5,000,000 and $10,000,000. This project is critical for maintaining navigable waterways and ensuring safe access for vessels, with work anticipated to begin in May 2027 and extend through 2029, subject to funding availability. Interested contractors should contact Jeremy Scott at jeremy.d.scott@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil for further details.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    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) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.