Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
ID: 70Z04026QSBPL0003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Ship Building and Repairing (336611)

PSC

NON-NUCLEAR SHIP REPAIR (WEST) (J999)

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 qualified contractors for dry-dock repairs at the USCG STA Apra Harbor under solicitation number 70Z04026QSBPL0003. The procurement involves comprehensive dry-docking services for the 45-foot Response Boat-Medium, requiring contractors to provide all necessary labor, materials, and equipment to complete specified work, including welding, inspections, and preservation tasks. This opportunity is particularly significant as it supports the operational readiness of the Coast Guard's fleet, ensuring vessels are maintained to high standards. Proposals are due by January 28, 2026, with an anticipated award date of March 25, 2026; interested vendors should contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    USCG STA NEW YORK (45612) FY26 U/W BODY REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the FY26 Underwater Body Repair at USCG Station New York. The procurement involves comprehensive drydock maintenance and repairs on the 45-foot Response Boat–Medium (RB-M), including tasks such as welding, hull inspections, engine alignments, and preservation services, all adhering to Coast Guard standards and federal regulations. This contract is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet. Interested small businesses must submit their proposals electronically by January 23, 2026, and can contact Troy Elliott at troy.s.elliott@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil for further information.
    DRYDOCK: USCGC STINGRAY DD FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs on the USCGC STINGRAY (WPB-87305) during fiscal year 2026. The scope of work includes extensive repairs such as structural analysis, hull preservation, tank cleaning, engine realignment, propulsion system renewal, and electrical inspections, with an anticipated performance period of 91 calendar days from June 30 to September 29, 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 company qualifications and past performance, by December 29, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
    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 COBIA (WPB-87331) during fiscal year 2026. The procurement involves comprehensive dry dock repairs, including structural analysis, hull preservation, tank cleaning, and maintenance of propulsion and various electrical and mechanical systems. This opportunity is crucial for maintaining the operational readiness of the vessel, which is homeported in Panama City, Florida, although contractors are not geographically restricted. Interested parties must submit their capability information, including business size and past performance details, by November 2, 2026, to the primary contacts, Kurt Hoyer and Jaime R. Smith, as this is a sources sought notice and not a solicitation.
    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.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside repair services for the USCGC GEORGE COBB (WLM-564) during its fiscal year 2026 maintenance period. The procurement involves a Fixed Firm Price Definitive Contract for various repair tasks, including inspection and servicing of hydraulic and mechanical systems, fire prevention, and cleaning of exhaust piping, with a performance period from March 17 to May 5, 2026. This contract is crucial for maintaining the operational readiness of the vessel, which is homeported in Coast Guard District 11, California. Interested parties must submit their proposals via email by January 9, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez at the provided email addresses.
    USCGC HERIBERTO HERNANDEZ (WPC 1114) DOCKSIDE AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking capable contractors for dockside repairs to the USCGC HERIBERTO HERNANDEZ (WPC 1114) in San Juan, Puerto Rico, scheduled for fiscal year 2026. The scope of work includes essential repairs such as topside exterior structure maintenance, bilge surface cleaning, MDE plenums paint removal, ASW piping renewal, polyethylene deck protector renewal, and interior wet deck coverings renewal, with an anticipated performance period of 30 days from July 14, 2026, to August 12, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested companies must submit their capabilities, business size, small business certifications (if applicable), a statement of proposal submission intent, and past performance information by January 2, 2026, to the primary contact, Kurt Hoyer, at kurt.e.hoyer@uscg.mil or by phone at 304-694-3603.
    DRYDOCK REPAIRS FOR THE CGC OAK
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide drydock repairs for the USCGC OAK (WLB 211) during its scheduled availability from March 31, 2026, to June 20, 2026. The procurement involves a range of maintenance and repair tasks, including hull preservation, propulsion system overhauls, and various inspections, all aimed at ensuring the vessel's operational readiness and compliance with federal regulations. This contract, categorized under NAICS Code 336611 for Ship Building and Repairing, is a total small business set-aside, with quotations due by January 26, 2026, and an anticipated award date of February 4, 2026. Interested parties can reach out to Sandra A. Martinez at Sandra.A.Martinez@uscg.mil or Iran Walker at iran.n.walker@uscg.mil for further details.
    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.
    USCGC-KUKUI-DOCKSIDE-REPAIRS AMENDMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC KUKUI (WLB 203), a 225-foot Seagoing Buoy Tender. The scope of work includes essential repairs such as cleaning and inspecting tanks, servicing hydraulic equipment, renewing piping, replacing windows, and preserving decks, with the performance period anticipated from March 31, 2026, to June 9, 2026. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime operations. Interested companies, including small businesses and those owned by veterans or women, must submit their responses by December 31, 2025, at 2:00 PM EST, to the primary contacts, Jayne Gluck and Sandra A. Martinez, with the necessary documentation to support their business size status and intent to bid.