CGC PENOBSCOT BAY DS FY26
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 (USCG), under the Department of Homeland Security, is soliciting quotations for Dockside Repairs of the USCGC PENOBSCOT BAY (WTGB-107), a 140’ Class River Buoy Tender Cutter homeported in Bayonne, NJ. This is a Total Small Business Set-Aside opportunity issued as a Request for Quotation (RFQ).
Scope of Work
The Contractor shall provide all necessary labor, materials, services, equipment, supplies, power, accessories, and special tools to perform various dockside repairs. The scope includes ship repair and associated support work, which may extend beyond currently listed definite items. All work must be performed in exact accordance with the solicitation and attached specifications (Attachment 2).
Contract & Timeline
- Contract Type: Firm Fixed Price (RFQ), solicited under FAR Part 12 and FAR Subpart 13.5 (Simplified Procedures for Certain Commercial Items).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336611 – Ship Repair, with a small business size standard of 1,300 employees.
- Period of Performance: May 05, 2026 – June 09, 2026 (34 Days).
- Place of Performance: Cutter’s Homeport, 85 Port Terminal Blvd. Bayonne, NJ 07002.
- Questions Due: February 6, 2026, by 11:00 PM PST. Submit via Attachment 4 or email to catherine.k.chan@uscg.mil and sandra.a.martinez@uscg.mil.
- Quotations Due: February 12, 2026, by 11:00 PM PST. Submit via email to sandra.a.martinez@uscg.mil.
- Anticipated Award Date: On or by March 13, 2026.
Required Documents for Submission
Offerors must furnish the following:
- Cover letter with quoter’s address, DUNS, and other information.
- Amendments, as applicable.
- Attachment 1 - Section B Schedule of Supplies/Services, filled out with costs for each CLIN, including option labor hours.
- Attachment 3 - Past Performance Documentation.
- Small Business Self Certification for applicable set-aside (i.e., HUBZone, though the primary set-aside is Total Small Business).
- Welding Certifications and Procedures.
- Proof of Insurance (Statement of Coverage).
- List of ALL Subcontractors for CLIN Item(s).
- If applicable, ALL Technical Representative Certifications for both prime and subcontractors.
- Completed FAR 52.212-3 Offeror Representations and Certifications—Commercial Items.
Contact Information
- Primary: Catherine Chan (catherine.k.chan@uscg.mil)
- Secondary: Sandra Martinez (sandra.a.martinez@uscg.mil)