DOCKSIDE: USCGC ANGELA MCSHAN 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 proposals for DOCKSIDE repairs of the USCGC ANGELA MCSHAN (WPC-1135). This is a Total Small Business Set-Aside opportunity for a Firm Fixed Price contract, focusing on 8000-hour maintenance (QL3) for the vessel's Main Diesel Engines (MDEs). The work will be performed at the vessel's home pier in Cape May, NJ. Quotes are due by March 9, 2026, at 10:00 AM Local Time.
Scope of Work
The primary scope involves performing 8000-hour maintenance (QL3) on the MTU Main Diesel Engines (MDEs), including additional inspections and renewal of the Fuel Oil (FO) delivery pump and High-Pressure (HP) fuel pump. The work also covers subsequent top-end overhauls (QL3+) as applicable. Specific requirements are detailed in the attached "Specifications" document, referencing various SFLC Standard Specifications.
Key Requirements
- Technical Expertise: Requires at least one on-site employee or subcontractor with QL3 training and experience with MTU marine engines, and documentation of one MTU 1B dongle. Documentation of prior experience performing major MTU 20V4000 maintenance is also required.
- Planning: Submission of a brief planning document outlining strategy, proposed schedule, resources, and risk identification.
- Safety: A comprehensive Fire Safety Plan describing detection, alarm, response, and risk mitigation measures.
- Site Inspection: Contractors are urged to inspect the site where services are to be performed.
- Government-Furnished Property (GFP): Specific GFP items (e.g., starters, injectors, pumps) are provided; contractors must furnish all other necessary materials.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: August 4, 2026, to September 15, 2026
- NAICS Code: 336611 (Shipbuilding and Repair Units)
- Size Standard: 1300 employees
- Place of Performance: 1 Munro Ave, Cape May, NJ 08204
Submission & Evaluation
- Offer Due Date: March 9, 2026, 10:00 AM Local Time
- Submission Method: Via email to the Contracting Officer and Contract Specialist.
- Required Components: Cover Letter, Price Schedule (Attachment 1), Past Performance (up to 3 recent/relevant contracts), and Technical Capability.
- Evaluation Factors: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are considered significantly more important than price.
- Site Visit/Ship Check: Must be scheduled and completed no later than March 9, 2026.
- Questions Deadline: March 9, 2026.
Important Notes
Funds are not presently available for this effort, and no award will be made until funds are available. The Government reserves the right to cancel this solicitation. Some referenced documents may require Joint Certification Program (JCP) certification for access.