ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD

DEPARTMENT OF HOMELAND SECURITY 70Z04026QSBPL0003
Response Deadline
Feb 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repairs at the USCG Station Apra Harbor under solicitation number 70Z04026QSBPL0003. The project involves comprehensive maintenance and repair operations for the 45-foot Response Boat-Medium (RB-M), requiring contractors to provide all necessary labor, materials, and services to complete specified work items, including welding, inspections, and engine servicing. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring safety and efficiency in maritime operations. Proposals are due by February 9, 2026, with an anticipated award date of February 20, 2026. Interested parties should contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960 for further details.

Classification Codes

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

Solicitation Documents

7 Files
70Z04026QSBPL0003_0_US.pdf
PDF297 KBJan 22, 2026
AI Summary
This government solicitation, 70Z04026QSBPL0003, is a Women-Owned Small Business (WOSB) set-aside for commercial products and services, specifically drydock repairs for the USCG STA APRA HARBOR. The solicitation, issued by the US Coast Guard, outlines requirements for vendors, including technical capability, past performance, and price. Key aspects include mandatory certifications (e.g., welding, drydock, AMPP/NACE/QP-1), submission of a planning document, and specific insurance coverages. The evaluation criteria prioritize the lowest-priced, technically acceptable offer. Proposals are due by January 28, 2026, with an anticipated award date of March 25, 2026. Vendors must be registered with the Joint Certification Program (JCP) to access critical drawings and submit all required documentation for their quotes to be considered complete. The document also details protest procedures through the USCG Ombudsman Program and outlines payment and invoicing instructions.
45762-Schedule of Supplies and Services.pdf
PDF89 KBJan 22, 2026
AI Summary
The solicitation 70Z04026QSBPL0003 outlines the requirements for dry-docking repairs and alterations to a vessel for the USCG STA APRA HARBOR (45762) in FY26. The contractor is responsible for providing all necessary labor, materials, services, equipment, and supplies to perform the specified work. The document emphasizes that failure to thoroughly read the specifications will not absolve the quoter from proper estimation responsibilities. The Schedule of Supplies and Services details numerous definite and optional contract line items (CLINs), ranging from general welding, ultrasonic testing, and hull inspections to engine removal/installation, various system renewals (e.g., anodes, sea strainers, hoses, sea valves), preservation work (e.g., fender faying surfaces, water jet drive, U/W body), and essential services like marine chemist support, drydocking, and sea trial performance. Quoters must provide a cost for each CLIN and an overall total on an Excel spreadsheet, encompassing firm fixed-price and optional items.
70Z04026QSBPL00030001_US.pdf
PDF668 KBJan 22, 2026
AI Summary
This government file is an amendment to solicitation 70Z04026QSBPL0003 for the USCG STA APRA HARBOR project, identified as AMENDMENT CONTROL NUMBER 70Z04026QSBPL00030001. The amendment extends the solicitation's closing date from January 28, 2026, to February 9, 2026, with an anticipated award date of February 26, 2026. It primarily addresses questions and answers from contractors (KTRs) regarding various aspects of the project, including material thickness, UT shot requirements, marine growth removal, fender replacement, fuel tank capacity, Main Diesel Engine (MDE) work, engine exhaust pipe dimensions, hose kit sufficiency, SW valve specifications, fuel analysis, docking location, stability data, additional provisions, bilge capacity, Joint Certification Program (JCP) requirements, and the provision of a boat cradle. Key responses clarify that additional UT measurements will incur extra costs, existing UWI reports are unavailable but site visits are encouraged, new fenders may be provided by the government if readily available, the fuel tank capacity is 485 gallons at 95%, the government allows KTRs to perform MDE work with technical representation (providing contacts), the hose kit is sufficient, fuel specifications will suffice, the government intends to dock at Cabras Marine, stability data will be provided on-site or via drawings, no additional services beyond Work Item 26 are needed, a JCP is mandatory for proposals, and the contractor is responsible for providing the boat cradle.
45762 RCF ANSWERS AMEND A00001.pdf
PDF49 KBJan 22, 2026
AI Summary
This document addresses questions and answers related to government RFP 45762, primarily focusing on maintenance and repair operations for a vessel identified as CG 45762 (RB-M). Key points covered include specifications for vessel components like thickness and fuel tank capacity, procedures for additional services such as UT shots and fender replacements, and logistical considerations like docking locations and providing stability data for lift plans. The government clarifies that certain information, such as engine exhaust pipe dimensions, SW valve specifications, and bilge capacity, can be obtained through CG Drawings or site visits. It also outlines requirements for contractors, including the necessity of a current Joint Certification Program (JCP) for drawings and the contractor's responsibility to provide a boat cradle for docking. The document also provides contacts for manufacturer's representatives for Main Diesel Engine (MDE) work and confirms that provided fuel specifications will suffice after an onsite test.
45762 TS-997- Additional Contract requirements.pdf
PDF196 KBJan 22, 2026
AI Summary
This government file outlines additional contract requirements for federal acquisition, specifically for ship repair. Key requirements include providing a facility accessible from a navigable waterway with specific depth and clearance, maintaining various insurance types (Ship Repairer's Liability, Comprehensive General Liability, Longshoremen's and Harbor Worker's Act, and State's Workmen's Compensation Law), and ensuring government access to the vessel and contractor facilities. The Contracting Officer holds sole authority for contract modifications. The contractor is responsible for inspections and maintaining records. Detailed procedures for managing government property, including tracking and reporting, are specified. Growth work requires Contracting Officer authorization and a detailed price breakdown. A composite labor rate covers all direct and indirect labor costs. Payment is based on the percentage of completion, with a 10% withholding until all deliverables are accepted, and invoices must be submitted electronically via IPP. Contractors must provide current drydocking, welding, and planning certifications, including a preliminary planning document. Finally, a QP-1 or NACE Level 3 certified individual is required for quality assurance on critical-coated surfaces.
45762 PPQ.pdf
PDF164 KBJan 22, 2026
AI Summary
The U.S. Coast Guard C4IT Service Center has issued a Past Performance Questionnaire (PPQ) for RFP: 70Z04026QSBPL0003. This document is crucial for evaluating a contractor's past performance as part of a U.S. Coast Guard solicitation. The PPQ must be completed by a person familiar with the contractor's performance and submitted directly to the U.S. Coast Guard Contract Specialist, Regina Elliott-Dougherty, via email at Regina.ElliottDougherty@uscg.mil by January 28, 2026, at 2:00 PM EST. The questionnaire gathers general information about the evaluator and their organization, as well as detailed contract identification for the contractor being evaluated. It includes a rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, N/A) for evaluating performance in areas such as Quality of Product or Service, Schedule, Cost Control, Management, and Regulatory compliance. The PPQ concludes by asking if the organization would award another contract to the contractor and requests an overall assessment.
45762 (RB-M 45) SPEC.pdf
PDF2791 KBJan 22, 2026
AI Summary
The USCG 45762 (RB-M 45) Drydock Availability FY2026 specification outlines comprehensive drydock repairs for the 45-foot Response Boat-Medium. Developed by Tim Tolliver, this document details 31 work items covering general welding, inspections (hull plating, fendering, accessible spaces, mast, HVAC), cleaning (diesel fuel tank), removal and installation of main diesel engines and reduction gears, alignments, water jet service and anode renewal, sea strainer renewal, exhaust piping inspection, electrical isolation, hose and sea valve renewal, refueling, and extensive preservation tasks (fender faying surfaces, water jet drive, underwater body, lazarette bilge). Critical inspection items, requiring completion within the first 25% of the contract, include ultrasonic testing, fendering and accessible space inspections, engine and jet drive alignment, water jet service, engine exhaust piping inspection, and preservation of the fender faying surfaces, water jet drive, underwater body, lazarette bilge, and HVAC system. The document also provides lists of references and government-furnished property, along with general requirements for contractors, including fire watch personnel, preservation, welding/brazing, and environmental protection measures.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 22, 2025
amendedLatest Amendment· Description UpdatedJan 22, 2026
deadlineResponse DeadlineFeb 9, 2026
expiryArchive DateFeb 24, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 3(00040)

Point of Contact

Name
Regina M Elliott-Dougherty

Official Sources