Title: Drydock (DD): USCGC ALEX HALEY (WMEC 39) Fiscal Year (FY) 2026
The United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), Contracting Procurement Divion (CPD) under Branch in support of Long Range Enforcer (LRE) Product Line is seeking responses from industry to determine capability and interest in performing the FY 2026 drydock availability for the United States Coast Guard Cutter (USCGC) ALEX HALEY (WMEC 39). The USCG is interested in determining overall vendor interest, availability, and capability to perform work at their facility. The CGC ALEX HALEY drydock will occur during FY 2026. Initial performance dates are expected to be: 21July2026 to 22October2026.
NAICS Code for this requirement: 336611 - Ship Building and Repairing
FSC Code for this requirement: J999 - Non-Nuclear Ship Repair (West)
Size Standard: 1,250 Employees
The anticipated Request for Proposal (RFP) release date for the CGC ALEX HALEY DD Availability is on or around February 2026. Planned availability and RFP dates are subject to change.
In addition, no cost or pricing data is required in the vendor’s response to this Sources Sought Notice. All responsible sources may submit a capability statement, which will be considered by the agency; see Attachment 1; ALEX HALEY DD FY26 Sources Sought Questionnaire Rev 1.
Background Information:
The CGC ALEX HALEY is homeported in Kodiak, AK. CGC ALEX HALEY is 282 feet long medium endurance cutter class, 50 feet wide, drafts 15 feet (at full load), and weighs 3,088 long tons (at full load).
Reminder: This requirement is for a vessel that is homeported in Coast Guard District 17 (the State of Alaska). It is anticipated that this requirement will be solicited in accordance with Sec 8220 VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.
- SEC. 8220. VESSEL CONVERSION, ALTERATION, AND REPAIR PROJECTS.
(a) IN GENERAL.—Notwithstanding any provision of the Small Business Act (15 U.S.C. 631 et seq.) and any regulation or policy implementing such Act, the Commandant may use full and open competitive procedures, as prescribed in section 2304 of title 10, United States Code, to acquire maintenance and repair services for vessels with a homeport in Coast Guard District 17.
(b) APPLICABILITY.—Subsection (a) shall apply only if there are not at least 2 qualified small businesses located in Coast Guard District 17 that are able and available to provide the services described in such subsection.
(c) LIMITATION.—The full and open competitive procedures described in subsection (a) may only be used to acquire such services from a business located in Coast Guard District 17 that is able and available to provide such services.
Note that it is expected that during performance of the drydock there will be a significant amount of work including cleaning, inspecting, repairing, and preserving various ship systems and components to ensure operational readiness and compliance with safety and environmental standards. Key tasks include cleaning and inspecting ballast, potable water, and fuel service tanks; overhauling sea valves, rudders, and propulsion shaft systems; repairing hull plating and underwater body structures; preserving freeboard, underwater body, and non-accessible voids; replacing the refrigeration plant and Doppler speed log system; and conducting operational tests for critical systems. The project also involves structural modifications, electrical installations, and preservation of anchors, chains, and ground tackles. All work adheres to Coast Guard specifications and includes rigorous inspections, testing, and documentation to ensure quality and compliance.
Significant work items include, but are not limited to the following:
Tanks (Ballast), Clean and Inspect
Tanks (Fuel Service), Clean and Inspect
Sewage Piping, Renew
Tenting (Drydock), Provide
Propulsion Shaft Coating, Inspect and Repair
Propulsion Shaft Fairwaters and Rope Guards, Inspect and Repair
Chain Lockers, 100% Preservation
Tanks (Potable Water), Clean and Inspect
Propulsion Shafting, Strain Gauge Alignment, Inspect
Propulsion Shaft Bearings (External), Check Clearances
Propulsion Shaft Seals, Mechanical Overhaul & Inflatable Renewal
Controllable Pitch Propeller Hub, Clean and Inspect
Controllable Pitch Propeller Hub, System Maintenance
Controllable Pitch Propeller, System Maintenance
Fathometer Transducer, General Maintenance
Boiler #2, Repair
Sea Valves and Waster Pieces, Overhaul
Sea Strainers, Duplex, All Sizes, Overhaul
Rudders, Preserve, 100 Percent
Rudders, Inspect and Repair
Rudder and Rudder Stock, Remove, Inspect, Repair
Thruster Unit, (general), Overhaul
Tanks (Potable Water) Preserve
Cathodic Protection, Zinc Anodes Renew
Drydocking, Accomplish
Temporary Services, Provide-Cutter
Sea Trial Performance, Support, Provide
Hull Plates (U/W), Repair
U/W Body, Inspect
Voids (Non-Accessible), Leak Test
Masts, Inspect
Anchors Chains and Ground Tackles, Inspect and Preserve
Voids (Non-accessible), Preserve
U/W Body Hull, Preserve
Freeboard, Preserve
Doppler Speed Log, Replace
Deep Water Sounder, Remove
Refrigeration Plant, Replace
Ship’s Service Diesel Generator (SSDG) Install and Test
SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Valerie.s.riverachase@uscg.mil no later than 2:00 P.M., Pacific Standard Time, on 14 November 2025 with the following information/documentation and the Attachment 1:
1. Name of Company, Address, Unique Entity ID number, and DUNS Number.
2. Point of Contact and Phone Number.
3. Business Size applicable to the NAICS Code: 8(a) Small Business Concern; b. HubZone Small Business Concern; c. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); d. Veteran Owned Small Business Concern (VOSBC); e. ED Woman Owned Small Business Concern (EDWOSB); f. Woman Owned Small Business Concern (WOSBC); g. Small Business Concern; h. Large Business Concern
4. Documentation Verifying Small Business Certification:
a. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA.
b. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA.
c. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 336611.
d. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 336611.
e. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are "economically disadvantaged", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 336611. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million
f. If claiming Woman Owned Small Business status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 336611.
g. If claiming Small Business status, provide documentation to show the business is small under NAICS code 336611.
5, Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice.
6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant.
SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.
Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when deciding on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice, and solicitation may be published on www.sam.gov website. It is the potential offeror's responsibility to monitor www.sam.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.