Skip to content
Department of Homeland Security

Dry-Dock: USCG STA SAN FRANCISCO (45770) FY26 DD

Solicitation: 70Z04026QSBPL0005
Notice ID: 0efc0af9f5dc478193577b05c2610074
TypeSolicitationNAICS 336611PSCJ999Set-AsideSBADepartmentDepartment of Homeland SecurityAgencyUs Coast GuardPostedMar 17, 2026, 12:00 AM UTCDueMar 26, 2026, 06:00 PM UTCCloses in 9 days

Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: {}. Response deadline: Mar 26, 2026. Industry: NAICS 336611 • PSC J999.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,395,991,797
Sector total $24,478,476,845 • Share 46.6%
Live
Median
$530,648
P10–P90
$41,074$114,021,616
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
46.6%
share
Momentum (last 3 vs prior 3 buckets)
+135%($4,600,327,956)
Deal sizing
$530,648 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{}
Contracting office
Baltimore, MD • 21226 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Regina M Elliott-Dougherty
Email
Regina.ElliottDougherty@uscg.mil
Phone
5716101960
Name
Janet M Delaney
Email
Janet.M.Delaney@uscg.mil
Phone
5716076322

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 3(00040)
Office
Not available
Contracting Office Address
Baltimore, MD
21226 USA

More in NAICS 336611

Description

USCG STA SAN FRANCISCO (45770) FY26 DRYDOCK REPAIRS

NOTE: ALL AMENDMENTS MUST BE SIGNED AND SENT IN WITH PROPSALS.

AMENDMENT:

A00003:

This amendment A00003 is to answer RFC questions for vessel 70Z04026QSBPL0005 USCG SAN FANCISCO (45770)

  1. D-031 Fendering System, Repair: Question: The Specs say to use the kit to repair the area noted in Table 1, but there is no Table 1 on the spec. Please let us know which section of the fender will be repaired and provide a picture if possible.

Answer: Though Table 1 is mentioned in paragraph 3.2 for repair, the Contractor should follow the overall Intent of the Work Item which states: 1.1 Intent.  This work item describes the requirements for the Contractor to repair areas in the fendering system at the COR’s discretion. This will be determined once the CG Representative (COR) is onsite with the Contractor on this work item. The Contractor is more than welcome to conduct a site visit of the vessel prior to submitting any documentation if they choose.2

2.D-032 Fender System, Renew: Question:  The specs are duplicative between D-004, D-020, D-031, and D-032. 

-Do you want us to include all the fender faying preservation on D-020 & D-032?

Answer: Work Item D-020 FENDER FAYING SURFACES, PRESERVE, 100 PERCENT is for the Contractor to preserve fender faying surfaces in its entirety to include all the miscellaneous parts associated within. As the intent states: 1.1 Intent.  This work item describes the requirements for the Contractor to preserve the fender faying surfaces to include fender strake, fender flat bar, and fender stops. This is for the entire fender faying system.

3.Do you want us to include removals and installations on both D-004 & D-032?

  • Answer: Given the fact that Work Item D-004 requires the Contractor to remove all the fenders to provide an adequate inspection, all fenders will have to be removed. Work Item D-032: Fender System, Renew calls out sections of the system to be renewed. Stating that, all fenders have to be removed and installed in accordance with Work Item D-004. Only three of those Fendering sections will be replaced with new fenders in accordance with Work Item D-032.

A00002:

AMENDMENT A00002 for 70Z04026QSBPL0005 for the USCG STA SAN FRANCISCO (45770) FY26 DD

This amendment is being issued to allow the USCG to respond to Request for Clarification received. As of 11 March 2026, 2:00pm EST, no more Request for Clarification will be accepted. An Amendment will be posted on 16 March 2026 in response to the Request for Clarification received.

As a result of the above the new closing date is scheduled for 26 MARCH 2026.

A000001

This amendment A00001 is to answer RFC questions for vessel USCG SAN FANCISCO (45770)

  1. QUESTION: Work Item D‑15, Standard Hose, Renew. The specification lists the Government‑Furnished Property as a parts kit: Hose Assembly NSN 4720‑01‑679‑1782 / P/N 45‑RB‑M‑505‑101. Please confirm what is included in this kit? Specifically, does it contain everything required to complete the hose renewal, or will the contractor need to purchase any additional materials or components to perform the work? 

ANSWER: All hoses necessary to complete the work associated with Work Item D-015: Standard Hoses, Renew are included in the kit. The kit contains the hoses (completely built) only! All other consumables if needed (i.e. petrolatum-based tape, chaffing gear) as outlined in the work item shall be procured by the Contractor.

  1. QUESTION: How do you want me to submit the bid, I do not see a boiler plate included with the documents. 

Answer: Please submit your proposal in accordance to Schedule of Supplies and Service and specification service according to SPE REV-0, 22 JANURARY 2026.

-------------------------

Combined Synopsis/ Solicitation 70Z04026QSBPL0005, Specification package Rev-0, dated

22 JANUARY 2026 Past Performance Questionnaire, Schedule of Supplies and Services, information is provided as a PDF file and available for download.

The Period of Performance POP is 08 JULY 2026 TO 06 OCTOBER 2026 

This availability is a Ninety (90) calendar day(s) availability

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.