USCGC KENNEBEC DRYDOCK FY 26
ID: 70Z08525QIBCT0024Type: 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 (EAST) (J998)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for a firm-fixed-price contract to perform drydock repairs on the USCGC KENNEBEC (WLIC 802) during fiscal year 2026. The scope of work includes extensive maintenance and repair tasks, such as hull preservation, propulsion system overhaul, and tank cleaning, with a total of 69 work items outlined in the specifications. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is homeported in Coast Guard District 5, Virginia. Proposals are due by December 1, 2025, with an anticipated award date around December 20, 2025; interested parties should direct inquiries to Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Request for Quote (RFQ) 70Z08525QIBCT0024, issued by the Commander, USCG-SFLC-CPD 2, seeks proposals from Women-Owned Small Businesses (WOSB) for ship repair and building services. The solicitation, identified under NAICS Code 336611, Ship Building and Repairing, outlines a firm-fixed-price definitive contract for the USCGC KENNEBEC DD FY26 Drydock Repairs, with an anticipated award date around December 20, 2025, and a performance period from January 6, 2026, to March 16, 2026. Proposals are due by December 1, 2025. Key requirements for contractors include submitting a price quote, technical capability details (including subcontractor lists, skilled trade qualifications, and dry-dock certifications), and past performance information. Evaluation criteria prioritize technical capability and past performance as significantly more important than price. The RFQ also includes specific clauses regarding prohibitions on contracting with Kaspersky Lab and certain telecommunications/video surveillance services, as well as guidelines for electronic invoice submission and pre-award surveys.
    This government Request for Quote (RFQ) outlines the requirements for Women-Owned Small Businesses (WOSB) to bid on a firm-fixed-price definitive contract for ship repair and alteration services for the USCGC KENNEBEC. The solicitation emphasizes submitting complete offers, including best pricing and required certifications, by November 20, 2025. Key evaluation factors are Technical Capability, Past Performance, and Price, with the first two being significantly more important. Technical compliance requires detailed submissions on subcontractors, skilled trades qualifications, and dry-dock certifications. Past performance will be assessed based on relevant contracts within the last three years, focusing on quality, schedule, and management. Price evaluation will consider foreseeable costs, including transit, family separation allowance, and travel expenses. The document also includes clauses on prohibited telecommunications equipment (Kaspersky Lab and Chinese-made equipment) and whistleblower rights.
    The document, 70Z08525QIBCT0024 - CGC KENNEBEC DD FY26 Questions and Answers, addresses various technical clarifications and revisions for a government Request for Proposal (RFP) related to the drydocking and maintenance of the Coast Guard Cutter KENNEBEC. The primary purpose is to provide detailed responses to contractor questions regarding work item specifications, missing information, drawing discrepancies, and the intent of certain repairs and preservation methods. Key issues addressed include the addition of missing work items (WI 28), clarification on cofferdam requirements, dimensions for shrink-wrap items (WI 60, WI 61), confirmation of optional vs. definite work items, details on piping renewals (WI 64, WI 67), and adjustments to fuel removal quantities (WI 14, WI 48). The document also clarifies discrepancies in specification revisions, corrects references for propeller types (WI 27, WI 39), and resolves ambiguities in preservation methods for tanks (WI 24, WI 25) and rudder components (WI 27, WI 28, WI 29, WI 30, WI 31). The government frequently refers to
    The document outlines a comprehensive pricing schedule for the USCGC KENNEBEC (WLIC-160B) Drydock Availability in FY2026. It details numerous definite and optional maintenance, inspection, preservation, and repair tasks for the vessel, categorized by item numbers (D-001 to D-069 and O-00A to O-050). Key areas of work include hull plating inspection and preservation, propulsion shafting overhaul and alignment, propeller maintenance, tank cleaning and preservation, rudder assembly repair, and general vessel upkeep like deck preservation and cathodic protection. The schedule also covers essential services such as drydocking, temporary services, messing, berthing, and sea trial support. Financial details include a composite labor rate, assumed G&A, and profit factors, along with a breakdown of labor hours by trade and material/subcontractor costs. The document lists various labor rates across different US cities, reflecting potential geographic variations in project costs.
    The document outlines the drydock repair specifications for the USCGC KENNEBEC (WLIC 802) for FY2026, detailing 69 work items covering hull, propulsion, rudder, tank, and deck maintenance. Key repairs include ultrasonic testing and preservation of hull plating, overhaul of propulsion shaft seals and bearings, inspection and repair of propellers and rudder assemblies, and cleaning and preservation of various tanks and voids. The project emphasizes adherence to Coast Guard Standard Specifications for general requirements, fire prevention, welding, preservation, and environmental protection. It also lists government-furnished property and critical inspection items, highlighting the comprehensive nature of the drydock availability to ensure the vessel's operational readiness and safety.
    The USCGC KENNEBEC (WLIC 802) Drydock Repairs for FY2026 outlines a comprehensive maintenance and repair project for the vessel. The specification details 69 work items, focusing on hull preservation, propulsion system overhaul, tank cleaning and preservation, rudder assembly repairs, and various other structural and mechanical refurbishments. Key aspects include extensive ultrasonic testing and preservation of hull plating, inspection and renewal of propulsion shaft components, cleaning and preserving fuel, water, and ballast tanks, and overhauling rudder and spud assemblies. The document also emphasizes stringent general requirements for fire prevention, environmental protection, welding, and quality assurance, including detailed inspection forms and adherence to Coast Guard and other industry standards. Government-furnished property and critical inspection items are listed, ensuring compliance and operational readiness post-drydocking.
    The USCGC KENNEBEC (WLIC 802) Drydock Repairs for FY2026 outlines a comprehensive maintenance and repair project for the Coast Guard vessel. The document details 68 distinct work items covering hull plating inspection and preservation, underwater body maintenance, tank cleaning and inspection (fuel, potable water, ballast, sewage), propulsion system overhaul (shafting, seals, bearings, propellers), rudder assembly removal, inspection, and reinstallation, and various other structural and system repairs. Key aspects include ultrasonic testing of hull plating, extensive preservation of underwater body and freeboard, overhaul of propulsion shaft seals, removal and inspection of propulsion shafting, and maintenance of rudders and propellers. The specification also addresses general requirements such as fire prevention, environmental protection, welding standards, and the provision of temporary services during the drydock period. Critical inspection items are highlighted, and a list of government-furnished property is provided. The project emphasizes adherence to Coast Guard Standard Specifications and various industry standards for quality control, safety, and environmental compliance.
    The "PAST PERFORMANCE INFORMATION FORM" is a standardized document used in government contracting, likely within RFPs or grant applications, to assess an offeror's prior work. This form requires detailed information about past contracts, including the name of the offeror, contract number, customer reference (name, address, point of contact, and verified telephone/email), total dollar value of the effort (including growth work and definite/option items, shown by fiscal or calendar year), and the period of performance with any time extensions. It also mandates a detailed description of the work performed to demonstrate its relevance to the current solicitation and information regarding any subcontractors utilized, including their scope of work and annual dollar value of subcontracts. This form is crucial for evaluating an applicant's experience and capability.
    This document, Attachment 4, outlines the process for Offerors to submit questions regarding Solicitation 70Z085-25-Q-IBCT-0023 for the USCGC KENNEBEC (WLIC 160). Questions must be submitted in writing using the "Request for Clarification" form, with one question per form, including the offeror's firm name and submittal date. Submissions are to be sent via email only to Ou.T.Saephanh@uscg.mil and Sandra.A.Martinez@uscg.mil. The deadline for submitting questions is November 15, 2025, at 8 AM PST.
    The United States Coast Guard (USCG) established the Ombudsman Program for Agency Protests (OPAP) to resolve procurement disputes fairly and efficiently, without costly litigation. This program serves as an Alternative Dispute Resolution (ADR) forum, encouraging interested parties to seek resolution within the USCG rather than through external bodies like the Government Accountability Office (GAO). Parties can pursue informal resolution with the Contracting Officer or Ombudsman, or file a formal agency protest. Informal discussions do not suspend contract award or performance and do not extend protest filing deadlines. Formal protests, which require prior efforts to resolve issues with the Contracting Officer, can be filed with either the Contracting Officer or the Ombudsman. Formal protests typically suspend contract award or performance unless there are urgent reasons to proceed. The USCG aims to resolve formal protests within 35 calendar days. Protests must include information specified in FAR 33.103 and be filed within the period outlined in FAR 33.103(e). Contact information for the OPAP is provided, along with an alternative point of contact.
    Standard Form 30 (SF30) is used to amend solicitations or modify contracts, as part of federal government RFPs, federal grants, and state/local RFPs. This document outlines the procedures for acknowledging amendments, detailing methods such as completing specific items on the form, acknowledging receipt on each offer copy, or through separate written communication. It emphasizes that failure to acknowledge amendments by the specified deadline may result in the rejection of an offer. The form also covers the process for changing an already submitted offer due to an amendment. Key instructions for completing the form include details on contract ID codes, effective dates, issuing and administering offices, contractor information, and accounting data. It also specifies how to describe amendments or modifications and whether contractor signatures are required. The current modification specifically uploads "Attachment 2 - USCGC KENNEBEC DD FY26 - SPECIFICATION - Revised."
    This government file outlines the procedures for amending solicitations and modifying contracts using Standard Form 30 (SF 30). It details how offers must acknowledge amendments, either by completing specific items on the form, acknowledging receipt on each offer copy, or through separate written communication. Failure to acknowledge amendments may lead to offer rejection. The document specifies instructions for various fields on the SF 30, including contract ID codes, effective dates for different modification types, issuing and contractor information, and accounting data. It also explains how to describe amendments or modifications within Item 14, emphasizing the need to organize changes under Uniform Contract Format (UCF) headings and indicate the financial impact. The file includes a specific amendment (A00002) for solicitation 70Z08525QIBCT0024A00002, which extends the closing date to December 1, 2025, posts answers to clarifications, provides final specifications, and sets a closing date for Requests for Clarification (RFC) on November 14, 2025. This document serves as a guide for ensuring proper communication and documentation throughout the government contracting process.
    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 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.
    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.
    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.
    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 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.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    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.
    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.