The USCGC OAK (WLB-225B) Drydock Availability FY2026 pricing schedule details an extensive list of maintenance and repair tasks for the vessel. The document outlines definite and option items, including fire prevention, hull preservation, propulsion system overhaul, rudder and thruster maintenance, and various tank cleaning and preservation activities. Key tasks involve ultrasonic testing of hull plating, renewal of sea valves and strainers, and comprehensive preservation of underwater bodies, freeboard, and internal tanks. The schedule also covers specific repairs like deck plating, piping renewals for reduction gears and CPP systems, and the installation of ASW and Firemain CLA-VAL PRVs. The document includes composite labor rates, assumed G&A and profit factors, and a breakdown of labor categories and material costs, providing a detailed framework for the drydock project. This RFP defines the scope of work and financial structure for the USCGC OAK's scheduled drydocking in FY2026.
The USCGC OAK (WLB 211) Drydock Repairs FY2025 specification outlines an extensive drydock availability for the cutter, focusing on a wide range of maintenance, inspection, and repair tasks. The document details 62 work items covering hull preservation and inspection, propulsion system overhaul (including shafts, seals, bearings, and controllable pitch propellers), rudder and thruster unit maintenance, and various other shipboard systems such as sea valves, tanks, and deck fittings. Key aspects include fire prevention, adherence to environmental protection requirements, and strict quality control measures for preservation and welding. The file also lists government-furnished property for specific work items, critical inspection items with deadlines, and the vessel's principal characteristics. The overarching purpose is to ensure the cutter's operational readiness and compliance with Coast Guard and federal regulations.
The U.S. Coast Guard issued a Justification for Other Than Full and Open Competition to acquire technical representative services for Wartsila main inboard shaft and bulkhead seals. The justification, authorized under FAR 13.106-1(b)(1) for
The solicitation 70Z08526QIBCT0015 is a Request for Quotation (RFP) for the USCGC OAK (WLB 211) FY26 Drydock Availability, issued as a total small business set-aside under FAR Part 12, with NAICS Code 336611 (Ship Repair). The contract type will be an Indefinite Delivery Requirement Contract (IDR). The performance period is anticipated from March 31, 2026, to June 20, 2026, at the contractor’s facility. Quotations are due by January 26, 2026, at 10:00 AM EST, with an anticipated award date of February 4, 2026. The document outlines various FAR and HSAR clauses, including detailed prohibitions on certain foreign telecommunications, unmanned aircraft systems, and software (e.g., Huawei, ZTE, TikTok, Kaspersky Lab, and entities from covered foreign countries like China, Iran, and Sudan). It also specifies procedures for invoicing, contractor access to the vessel, inspection, ordering additional work, composite labor rates, and contractor performance evaluation.
The U.S. Coast Guard issued a Justification for Other Than Full and Open Competition to acquire specialized services for its Rolls Royce Controllable Pitch Propeller (CPP) System. The justification, under FAR 13.106-1(b)(1), cites only one source reasonably available: Rolls Royce Corporation, the Original Equipment Manufacturer (OEM). Rolls Royce retains proprietary rights to technical data, expertise, and warranty for the 225 WLB Controllable Pitch Propeller Systems and WLB 225 Thruster Units. The required services include an OEM authorized/licensed Tech Rep to provide proprietary system/equipment, software, and tools, ensuring compliance with manufacturer's procedures during disassembly, inspection, repair, modification, calibration, and reassembly. The estimated value is over the micro-purchase threshold, but up to the Simplified Acquisition Threshold (SAT).
The U.S. Coast Guard is seeking to procure technical representative services for Wartsila main inboard shaft and bulkhead seal equipment through a non-competitive simplified acquisition, citing only one source reasonably available. Defense Maritime Solutions, Inc. (DMS) has been identified as the sole known vendor capable of providing these services due to proprietary techniques, design specifications, and quality assurance essential for preventing equipment damage. DMS is also the only known supplier of a specific bulkhead seal. The Coast Guard has not purchased the manufacturing drawings or specifications, making the Original Equipment Manufacturer (OEM) or its authorized representatives, like DMS, critical for ensuring proper installation, repair, and compliance with manufacturer standards. The contracting officer will determine a fair and reasonable price using methods such as market research, comparison with previous purchases, or current price lists.