Dry-Dock: USCG STA SAN FRANCISCO (45770) FY26 DD
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard, under the Department of Homeland Security, is soliciting proposals for Drydock Repairs for the USCG STA SAN FRANCISCO (45770) vessel for Fiscal Year 2026. This is a Total Small Business Set-Aside opportunity. The contract will be a Firm Fixed-Price type, with a proposal deadline of March 26, 2026.
Scope of Work
This solicitation covers comprehensive drydock repairs for the USCG STA SAN FRANCISCO (45770) vessel. Key work items include, but are not limited to, general welding, ultrasonic testing, hull plating inspection, underwater body preservation, main diesel engine and reduction gear removal/installation, water jet inspection, sea strainer renewal, fendering system repair and renewal, mast inspection, non-skid pad renewal, diesel fuel tank cleaning, electrical isolation, and sea trial support. Specific requirements are detailed in the CG 45770 FY26 SPEC, with clarifications provided in amendments regarding fendering system work and hose kit contents.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Period of Performance: July 8, 2026, to October 6, 2026 (90 calendar days)
- Anticipated Award Date: On or about May 1, 2026
- Set-Aside: Total Small Business Set-Aside (NAICS: 336611, Size Standard: 1250 employees)
- Proposal Due: March 26, 2026
Key Requirements for Bidders
Contractors must possess a facility accessible from a navigable waterway with specified depth and clearance. Required insurance includes Ship Repairer's Liability ($500,000 per occurrence) and Comprehensive General Liability ($500,000 per occurrence), along with Longshoremen's and Harbor Worker's Act (LHWCA) and State Workmen's Compensation coverage. A Quality Control/Quality Assurance (QC/QA) program is mandatory, with AMPP, NACE Level 3, or QP-1 certification required for preservation of critical-coated surfaces. Welding certifications are necessary for applicable work items. A preliminary planning document detailing graphical format, period of performance, critical inspection reports, OEM Tech Rep assistance, critical paths, and float calculations must be submitted with the proposal. Government-furnished property, such as the D-15 hose kit, will be provided, but contractors are responsible for procuring additional consumables. Vendors must register with the Joint Certification Program (JCP) to access drawings.
Submission & Evaluation
Proposals must be submitted electronically to Regina.ElliottDougherty@uscg.mil by the deadline. Required documents include SF1449, Schedule of Supplies and Services (pricing sheet), Past Performance Documentation (CPARS or PPQ), Small Business Self Certification, Welding Certifications, Proof of Insurance, Drydock Certification, AMPP/NACE/QP-1 Certification, Preliminary Planning Document, SAM UEI, TIN, and JCP Certification. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, assessing Technical Capability (for acceptability), Price (for fairness and reasonableness), and Past Performance. A 10% withholding of the total contract price will apply until all deliverables are accepted.
Contact Information
Primary Point of Contact: Regina M Elliott-Dougherty, Regina.ElliottDougherty@uscg.mil, 571-610-1960.