NOAA SHIP OKEANOS EXPLORER FY26 DRYDOCK REPAIR
ID: 1305M225Q0151Type: Solicitation
AwardedSep 11, 2025
$6.1M$6,076,045
AwardeeJAG ALASKA INC. PO BOX 969 Seward AK 99664 USA
Award #:1305M225P0165
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

TRANSPORT VESSELS, PASSENGER AND TROOP (1910)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is soliciting bids for the drydock repair of the NOAA Ship Okeanos Explorer for fiscal year 2026. The procurement involves comprehensive maintenance and repair services, including structural repairs, stability testing, and compliance with regulatory standards, to ensure the vessel's operational integrity and safety. This opportunity is critical for maintaining NOAA's marine research capabilities and ensuring the vessel meets safety and operational standards. Interested contractors must submit their proposals by July 25, 2025, at 2:00 PM EDT, and can direct inquiries to Jim Vannatta at JIM.VANNATTA@NOAA.GOV.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for dry dock repairs for the NOAA Ship Okeanos Explorer, detailing the requirements and responsibilities of contractors during the repair process. Key components include general requirements for services at the contractor’s facility, dock and sea trials, stability testing, and various additional work items funded by government programs. The intent is to maintain the vessel’s operational integrity while adhering to NOAA and ABS (American Bureau of Shipping) standards. Contractors must provide detailed staffing plans, ensure quality assurance for all repairs, and maintain communication with NOAA representatives throughout the project. Each task encompasses essential elements such as government-furnished materials, equipment needs, safety procedures, and specific technical requirements. The stability testing is a critical milestone, requiring coordination with naval architects to verify the vessel's lightship weight and ensure compliance with regulatory frameworks. Overall, the document serves as a comprehensive guide for contractors to prepare for and execute necessary repairs, ensuring that all activities are conducted efficiently and in accordance with established standards to maintain safety and operational readiness of the Okeanos Explorer.
    The document outlines the specifications for dry dock repairs on the NOAA Ship Okeanos Explorer, focusing on the comprehensive work items, requirements, and responsibilities expected from contractors during maintenance and repairs. Key sections detail various work items, such as temporary services, dock and sea trials, ABS special surveys, and structural repairs, each with specific CLIN numbers stipulating funding sources and objectives. General requirements emphasize the necessity for contractors to adhere to NOAA specifications, provide adequate staffing, conduct daily meetings regarding project progress, and ensure compliance with regulatory standards. Additional stipulations mandate the contractor's role in maintaining quality assurance, ensuring the ship's watertight integrity, and providing thorough documentation upon completion of work. Specific attention is given to stability testing, highlighting the procedures for conducting an inclining experiment after repair work, ensuring the vessel’s lightship weight is accurately assessed per regulatory guidelines. Overall, this document serves as a formal request for proposals (RFP), providing detailed guidelines to ensure effective vessel maintenance that aligns with NOAA's operational standards and safety protocols, reflecting the federal government's commitment to uphold maritime capabilities through rigorous maintenance and repair processes.
    The document presents a price schedule for various maintenance and repair services in relation to an unspecified federal contract, categorized into ORF (Operations Research Facility) Base Items, PAC (Project Acquisition Contract) Base Items, Growth Items, and optional services. Key activities listed under ORF include stability testing, propulsion motor inspection, fire detection, and dry-docking services, each specifying quantities and unit prices but leaving fields for exact pricing blank. The PAC section covers steel repairs, AC unit replacements, and other facility enhancements. Additionally, Growth Items indicate services that may be requested beyond the initial scope, with estimated hourly labor and material markup fees proposed. The document serves as part of a request for proposals (RFPs), aiming to ensure that contractors understand the scope of services required and their associated costs. It outlines expected maintenance tasks to uphold operational efficiency, suggests growth potential in service requests, and anticipates future modifications to the contract based on needs. Overall, it represents an administrative framework within government procurement processes, ensuring transparency and standardization in subcontractor engagement and budgeting.
    The National Oceanic and Atmospheric Administration (NOAA) Subcontracting Plan Outline provides guidelines for large businesses submitting subcontracting plans in compliance with the Small Business Subcontracting Program under Federal Acquisition Regulation (FAR) Subpart 19.7. Successful bidders must detail planned subcontract amounts directed toward small, disadvantaged, women-owned, HUBZone, veteran-owned, and service-disabled veteran-owned businesses. The document mandates reasonable, attainable goals for these categories to enhance participation. Key components include identifying the type of plan (Individual, Master, or Commercial), total acquisition costs, specific subcontracting goals for each small business category throughout various contract periods, and a method for determining these goals. The plan also requires documenting outreach efforts, maintaining source lists, and ensuring equitable opportunities for small businesses. Essential responsibilities fall to a designated program administrator, with specific duties, such as promoting small business inclusion, maintaining bidder lists, and monitoring compliance with subcontracting commitments. Subcontractors must also adhere to similar requirements. Additionally, detailed reporting and record-keeping practices are stipulated to support compliance and transparency. The overall intent is to encourage the sustainable involvement of diverse small business concerns in federal contracting, promoting economic inclusivity.
    The document primarily serves as a reference for the ABS Special Continuous Survey regarding the NOAA Ship Okeanos Explorer, detailing various technical and survey requirements essential for ship maintenance and operational standards. The file lists numerous sub-documents, including specifications for electrical and mechanical systems, fire and smoke detection, HVAC, plumbing, and structural arrangements, highlighting the necessity for compliance with NOAA and ABS guidelines. It encompasses drawings and technical manuals related to equipment like propeller shafts, anchor handling systems, and sensors, indicating a comprehensive approach to ship repairs and operational readiness. Additionally, it contains amendments, testing procedures, and relevant NOAA specifications outlining standards for ship repair work. This extensive catalog emphasizes the importance of maintaining marine vessels to meet safety and operational efficiency requirements while ensuring regulatory adherence throughout various ship maintenance procedures.
    The CONDITION FOUND REPORT pertains to an inspection of the NOAA Okeanos Explorer conducted by Federal Marine and Defense Services on December 17, 2024. The focus of the inspection was on the lifting and handling equipment, with findings documented by All Ship And Cargo Surveys, LLC. The report indicates issues that require attention, but corrective actions are labeled as "Info Only," implying further assessment may be needed. The document is prepared by Chadwick Gowdy and submitted by Rocky Becker, with specified authorized signatures required for approval by the Contracting Officer, Andrew Northcutt. The report underscores the importance of thorough inspection and documentation in ensuring compliance with federal standards for marine operations. This assessment aligns with the larger context of government RFPs, which often necessitate adherence to safety and operational guidelines to mitigate risks associated with marine and defense services.
    The report details the thickness measurements of structural members on the R/V OKEANOS EXPLORER, focusing on the deck plates within the lower engine room area. Conducted by technician Jonathan Rosales of NVI, LLC, the non-destructive and visual inspection utilizes ultrasonic methods to gauge the material thickness and identify deterioration. The findings indicate various percentages of diminution in plate thickness, with many sections showing significant wear, particularly along port and starboard sides. This assessment is imperative for maintaining maritime safety and structural integrity in relation to ongoing federal and state regulatory standards, ensuring that the vessel remains compliant and operational. The report includes a comprehensive data table presenting the measured thicknesses and corresponding deterioration percentages, reinforcing the significance of regular inspections in marine operations.
    The document is a report on the thickness measurements of the tank top plating for the R/V OKEANOS EXPLORER, conducted by NVI, LLC. It details the gauged thickness of various structural members in port and starboard locations and the allowable diminution for structural integrity. The thickness measurements are consistently recorded at 0.375 inches, with the observed diminutions highlighting variances that are crucial for assessing the structural health of the vessel. The report indicates significant findings, such as various percentage reductions in thickness across different areas, suggesting areas of wear and the need for potential maintenance or repairs. An inspector, Jonathan Rosales, ASNT II, certified the measurements, emphasizing the importance of non-destructive testing in this survey. The document serves as an essential tool for the management and maintenance of maritime vessels, aligning with federal and state requirements for structural inspections and safety compliance. Overall, it reflects the ongoing commitment to maintaining marine safety standards and demonstrates the systematic approach to monitoring maritime vessel conditions.
    The document details a Hull Diminution Survey prepared for the R/V OKEANOS EXPLORER, a research vessel. Conducted by NVI, LLC for the American Bureau of Shipping (ABS), the report includes extensive measurements of the vessel's structural integrity, focusing on the thickness of various hull components from November 4 to December 7, 2020. Key findings show the remaining thickness of side shell plating, deck plating, and bottom plating, assessed under strict standards, highlighting areas of notable material loss. The thicknesses are recorded alongside allowable diminution percentages, providing a comprehensive analysis of potential vulnerabilities in the vessel's structure. The report is structured in clear sections, each detailing measurements, locations, and technician qualifications, ensuring transparency and compliance with regulatory standards. The information is critical for maintenance planning and operational safety, underscoring the government's commitment to marine research vessel integrity and safety compliance in operations funded through federal and local programs.
    The document appears to contain fragmented and corrupted data, likely from government RFPs or grant applications, focusing on various programs and funding opportunities. It emphasizes the significance of compliance with federal and state regulations in managing project proposals. Various contractors and organizations are involved in the bidding processes, suggesting collaboration and competition for funding. While specific details on objectives and deliverables are insufficient due to the document's corruption, the overall aim is to secure federal support for defined projects in public infrastructure and other sectors. The context indicates a structured approach to ensuring proposals meet essential criteria, enhancing project viability and fiscal responsibility. This summary encapsulates the document's essence while acknowledging its fragmented nature.
    The document AMC-300-1 outlines the standard specifications for the overhaul of electrical rotating machinery aboard NOAA ships and boats. It details the comprehensive requirements for contractors, including labor, materials, tools, and technical expertise necessary for the overhaul process. Key processes include the removal, cleaning, inspection, and reassembly of motors and generators, mandating the use of new materials that meet or exceed original specifications. Test procedures such as insulation resistance and DC high potential tests are specifically described, ensuring rigorous evaluation of electrical components. Furthermore, the document provides guidelines for varnish treatment to enhance insulation and final balancing of rotors. Inspection and evaluation reports must be submitted at each stage, ensuring that any identified issues are addressed before proceeding. This specification ensures reliability and safety of electrical machinery on NOAA vessels, reflecting compliance and quality standards that contractors must meet in their proposals for government requests and grants.
    The NOAA's Atlantic Marine Center has issued Specification AMC-583-1B, detailing the requirements for conducting inspections on liferafts and hydraulic releases as per U.S. Coast Guard standards. The specification outlines procedures for annual and special five-year inspections, emphasizing that all work must be performed by authorized service facilities. Key requirements include the provision of necessary labor and materials, annual inspections to renew essential components like bands, clips, and certifications, and detailed reporting on item renewals. Additionally, a five-year inspection mandates a recharge of inflation cylinders and certification of their weights. The document specifies that details about the number and type of liferafts and hydraulic releases serviced will be provided in accompanying procurement documents. This specification reflects the federal focus on maintaining safety standards in maritime operations, fostering compliance with established regulations while ensuring operational readiness of lifesaving equipment.
    The Navigation and Vessel Inspection Circular No. 3-97 issued by the U.S. Coast Guard outlines the procedures for accepting stability-related reviews conducted by the American Bureau of Shipping (ABS) for U.S. flag vessels. The Primary aim is to standardize and streamline stability assessments while ensuring compliance with Coast Guard regulations. The circular cancels NVIC 3-84 and allows the ABS to conduct reviews for a broader category of vessels, emphasizing its role as an authorized examining entity since 1929. Key provisions include the issuance of stability letters by ABS upon completion of reviews, with certain limitations surrounding novel vessel designs and grain-carrying vessels. Additionally, the Circular specifies that if a vessel's owner withdraws the ABS review request, the Coast Guard may require its own inspections. Oversight of these activities is intended to ensure equivalent safety measures maintained by the Coast Guard. It encourages collaboration between the ABS and Coast Guard personnel to address inconsistencies and ensure safety compliance. The document provides detailed instructions for both the Coast Guard and ABS regarding the execution of stability reviews and clarifies responsibilities for vessel owners. This circular is significant for ensuring safety standards in maritime operations, particularly regarding vessel stability.
    This document serves as Amendment 0001 to solicitation RFQ# 1305M225Q0151 for drydock repairs on the NOAA Ship Okeanos Explorer. It stipulates that offers must acknowledge receipt of the amendment by specified methods to avoid rejection. Key inquiries from interested parties are addressed, including the correction of an email address for contacting the NOAA Contracting Office and the provision of work specifications in a more accessible PDF format. Additionally, it notes that efficient scheduling of multiple vessels for docking could yield discounted rates, though each vessel's bid will be evaluated independently without assumptions of dock-sharing. This amendment emphasizes procedural requirements for submitting offers while addressing contractor concerns, showcasing NOAA's commitment to facilitating a transparent bidding process while adhering to federal procurement standards.
    This amendment pertains to the solicitation for drydock repairs on the NOAA Ship Okeanos Explorer (RFQ# 1305M225Q0151). Offers must acknowledge receipt of this amendment by specified methods prior to the submission deadline; failure to do so may result in rejection. The document outlines the requirements for amending offers and clarifies processes for modifications and acknowledgments. Additionally, it addresses inquiries from potential bidders, including the scheduling of a vessel check and the provision of current certification documentation for life rafts onboard the ship. A virtual ship twin resource is provided for vendors unable to attend the site visit. This amendment is critical in guiding contractors through the bidding process and ensuring compliance with solicitation requirements.
    This document outlines Amendment 0003 to the Request for Quotation (RFQ# 1305M225Q0151) for Drydock Repairs on the NOAA Ship Okeanos Explorer. It emphasizes the need for offerors to acknowledge receipt of the amendment by specific methods to avoid rejection of their offers. The amendment incorporates Federal Acquisition Regulation (FAR) clauses related to small business concerns and provides responses to inquiries regarding technical specifications and drawings that were previously missing. Key clarifications include the confirmation of the wet lab door specifications, which will be bolted rather than welded, and the acknowledgment that the solicitation is an unrestricted acquisition. The document serves as a critical update for potential contractors, ensuring they are aware of essential changes and requirements before submitting their proposals, emphasizing adherence to certain terms and conditions. Overall, it underscores the government's efforts to maintain transparency and compliance within the acquisition process.
    This document is an amendment to the solicitation for drydock repairs on the NOAA Ship Okeanos Explorer, referenced as RFQ# 1305M225Q0151. It outlines requirements for offer acknowledgment and modification processes concerning the solicitation. Key points include the procedures for submitting an acknowledgment of the amendment, which must be received prior to the specified date to avoid rejection of the offer. Additionally, the amendment addresses specific inquiries from contractors regarding material specifications, particularly concerning the sizing of pipes, fire-rated insulation replacement areas, and pricing for a winch room door based on the latest vendor quote. Each response clarifies requirements and specifies actions to ensure compliance with project specifications. This document emphasizes the importance of adhering to the given specifications and timelines to facilitate proper procurement processes in federal contracting.
    This document serves as an amendment to the solicitation RFQ# 1305M225Q0151 related to Drydock Repairs on the NOAA Ship Okeanos Explorer. It outlines procedures for acknowledging receipt of the amendment, emphasizing the importance of timely acknowledgment to avoid rejection of offers. Key modifications include updates on the Contract Specialist and Contracting Officer, along with responses to inquiries regarding government-furnished materials and required specifications for the repair work. The amendment provides clarifications on missing information critical for contractors, such as details on insulation and transducer specifications, alongside listing missing references and drawings essential for project execution. The document reflects the collaborative nature of government contracts, ensuring all parties have the necessary information for compliance and execution of the project's requirements. This amendment not only addresses immediate contractor inquiries but also prepares for the potential need for further amendments based on pending responses.
    This document serves as an amendment to the solicitation for a federal contract, which details the necessary steps for offerors to acknowledge receipt of the amendment and outlines the requirements for submitting bids. Key updates include changes to the FAR Provision instructions regarding offer submission, the designation of Ashley Perry as the Agency Protest Contact, and revisions to the Price Schedule to clearly differentiate between ORF and PAC Growth amounts. The solicitation emphasizes the importance of submitting a complete and compliant quote, detailing the structure required (two volumes: Non-Price and Price), as well as the evaluation criteria based on technical capability and past performance. Offerors must ensure their submissions are received by the specified deadline to avoid rejection. Furthermore, the document provides the necessary contact information for agency protests and stresses the importance of accuracy in past performance references. Overall, this amendment is aimed at refining the bidding process and ensuring clarity in project requirements for potential contractors, reinforcing regulatory compliance while soliciting offers for upcoming projects managed by NOAA.
    The document pertains to a solicitation amendment for a federal procurement, specifically focusing on contract bidding processes and requirements primarily related to maintenance and inspection services for NOAA assets. Key updates include an extension of the inquiry and submission deadlines to July 9 and July 25, 2025, respectively, along with responses to various vendor questions addressing specifications, compatibility of existing and new equipment, and additional requirements. The document outlines the submission procedures for acknowledging the amendment and key public safety considerations regarding equipment compatibility and certifications needed. Notably, it specifies needed information for various work items, such as HVAC systems, lifting appliances, and safety equipment, highlighting the complexities of updating and maintaining NOAA's operational readiness. Moreover, it encompasses directives for contractors on deliverables and the accountability for government-furnished property, ensuring compliance with federal procurement regulations. This amendment ensures that vendors are clear about expectations and provides clarity for the bidding process while addressing vendor inquiries that could affect the submission and execution of contracts.
    This document serves as an amendment to a solicitation, outlining the necessary steps for acknowledging receipt of the amendment by contractors. Offers must be submitted with confirmation of the amendment before the specified deadline, or they risk rejection. The amendment focuses on updating the "Government Furnished Property" clause within the contract. The document provides detailed information on various items of government property that will be supplied to the contractor, including specifications, quantities, estimated values, and delivery dates for each item. This amendment does not change the response date, which remains set for July 25, 2025, at 2:00 PM EDT. The significance of this document lies in its critical role in maintaining transparency and clarity between the government and contractors regarding property management and contractual obligations, ensuring all parties are informed and compliant with federal acquisition regulations.
    The document outlines an amendment related to solicitation 1305M225Q0151, primarily addressing changes to Work Item 58301, which pertains to Life Saving Equipment Service. It details the acknowledgment process for these amendments, emphasizing the importance of timely receipt prior to the defined deadline to avoid offer rejection. Additionally, the amendment responds to vendor inquiries by providing access information for a digital platform related to the project, including a temporary password valid until October 2025. Two key references supporting the amended work item are highlighted: the NOAA Standard Specification for Life Raft Inspections and the relevant federal regulation concerning inflatable life rafts. The response deadline remains set for July 25, 2025, at 2:00 PM EDT, underscoring the importance of adherence to deadlines in the government contracting process. Overall, the document serves as a formal communication to ensure participants are informed of changes and requirements regarding the procurement of lifesaving services for NOAA operations.
    The document outlines comprehensive guidelines for determining the lightweight displacement and centers of gravity for vessels, essential for stability calculation reviews by the Marine Safety Center. It encompasses procedures for conducting deadweight surveys and inclining experiments, providing references from federal regulations and existing guidelines. Key requirements include the submission of an approved stability test procedure, hydrostatics data, detailed dimensions of the vessel, and historically accurate weight records. Specific considerations for both survey types are provided, emphasizing accuracy in freeboard readings and vessel loading conditions. The guidance aims to ensure vessels are adequately prepared for testing to meet safety standards. Additional instructions differentiate requirements for deadweight surveys versus inclining results, highlighting factors such as lightship VCG estimations and the maximum allowable inclination during tests. The document underlines that this guidance is advisory and does not impose legally-binding requirements, reflecting the Coast Guard's current policies to aid stakeholders in adhering to statutory obligations. Accurate adherence to these guidelines is critical for maritime safety and regulatory compliance in vessel operations.
    Similar Opportunities
    CGC HARRY CLARIBORNE DRYDOCK REPAIRS
    Homeland Security, Department Of
    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 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.
    USNS HENRY J. KAISER FY 27 ROH/DD
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking contractors to prepare for and accomplish the Regular Overhaul and Dry Docking of the USNS HENRY J. KAISER (T-AO 187) as outlined in the forthcoming solicitation. This contract will involve comprehensive ship repair services, with the anticipated performance period set from December 15, 2026, to April 13, 2027, at the contractor's facility on the West Coast. The opportunity is significant as it pertains to the maintenance and operational readiness of a key naval vessel, ensuring continued support for maritime operations. Interested parties are encouraged to submit capability statements or proposals, and should contact Bryan Makuch at bryan.makuch@navy.mil or 564-226-1259 for further information. The solicitation is expected to be released around January 16, 2026, and access to technical data will require signing a Non-Disclosure Agreement as detailed in the attached documentation.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    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.
    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.
    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.
    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.
    DRYDOCK: USCGC HAMMERHEAD DD FY26
    Homeland Security, Department Of
    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.
    Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator
    Dept Of Defense
    The Department of Defense, through the Office of Naval Research (ONR), is seeking proposals for the Ocean Explorer (OEX) Large Underwater Vehicle Demonstrator, aimed at developing an ultra-large autonomous undersea vehicle capable of conducting extended ocean missions with a large modular payload. The initiative emphasizes rapid design, build, and testing phases, specifically focusing on establishing the technical feasibility of the vehicle and the necessary operational infrastructure to support a hypothetical OEX squadron. This program is critical for advancing naval capabilities in uncrewed underwater vehicle technology, with a total funding expectation of $30 million for up to two contracts. Interested parties must submit white papers by October 24, 2025, with full proposals due by December 1, 2025; for further inquiries, contact Leila Hemenway at leila.k.hemenway.civ@us.navy.mil or call 703-696-0694.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.