Dockside: USCGC TAHOMA 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 onboard the USCGC TAHOMA (WMEC 908). This Total Small Business Set-Aside opportunity requires comprehensive maintenance, cleaning, inspection, repair, and renewal tasks to ensure the vessel's operational readiness. The work will be performed dockside in Newport, RI. Proposals are due by February 17, 2026, at 12:00 PM EST.
Scope of Work
The contractor shall furnish all necessary labor, materials, services, and equipment to perform dockside repairs for the USCGC TAHOMA. Key tasks include:
- Tank Maintenance: Cleaning, inspection, and preservation of various tanks (e.g., Aviation Fuel, Potable Water, Ballast, Grey Water, Sewage, Dirty Oil, Accessible Voids). Access to tanks will be via manhole covers, with no drydocking required.
- Component Overhaul/Repair: Inspection, overhaul, and renewal of critical components such as Flexible Couplings, Steering Gear, Anchor Windlass, Warping Capstan, and the Appleton FB 20-21 Single Point Davit (SPD).
- System Maintenance: Inspection and testing of 400 HZ Circuit Breakers, cleaning and inspection of Vent Ducts, cleaning and flushing of Chill Water System and Sewage Piping, and renewal of Seawater Heat Exchangers (requiring removal from the cutter) and Engine Room Fan Controllers.
- Responsibilities: Adherence to Coast Guard drawings, technical publications, and SFLC Standard Specifications, including initial and post-repair operational tests, Condition Inspection Reports (CIRs), and strict environmental protection.
Contract Details
- Type: Firm Fixed Price (Combined Synopsis/Solicitation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Shipbuilding and Repair)
- Size Standard: 1300 employees
- Period of Performance: May 25, 2026 – August 7, 2026
- Place of Performance: Newport, RI
Submission & Evaluation
Offerors must submit a comprehensive Technical Approach, including plans for Planning, Quality Control, Temporary Services, Coating, Technical Representation, Subcontracting, System Flushing and Cleaning, and Heat Exchanger Cleaning and Testing. Welding documentation per SFLC Standard Specification 0740 is also required.
- Evaluation Factors: Technical Capability, Experience, Past Performance, and Price. Technical capability, experience, and past performance combined are significantly more important than price.
- Submission: Quotes must be submitted via email to the Contracting Officer and Contract Specialist.
- Quote Validity: Quotes must be held firm for 90 calendar days.
- Pricing: Bidders must use the latest "Attachment 1 Schedule of Services Blank Price Schedule v2.xlsx" to provide unit prices for definite and optional items, as well as rates for "Over and Above/Growth Work."
Key Dates
- Proposals Due: February 17, 2026, 12:00 PM EST
- Period of Performance: May 25, 2026 – August 7, 2026
Special Requirements
Contractors must provide portable fire extinguishers and fire watch support, adhere to strict environmental regulations (including appointing an Environmental Manager), and ensure personnel have required base access credentials (SECNAV 5512 and a second ID). Technical Representatives are required for specialized tasks. Offerors must be registered in SAM.gov.