Dockside: USCGC TAHOMA DS FY26
SOL #: 70Z08026QMECP0010Combined Synopsis/Solicitation
Overview
Buyer
Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States
Place of Performance
Newport, RI
NAICS
Ship Building and Repairing (336611)
PSC
Non Nuclear Ship Repair (East) Ship Repair (Including Overhauls And Conversions) Performed On Non Nuclear Propelled And Nonpropelled Ships East Of The 108th Meridian (J998)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Jan 22, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 13, 2026, 5:00 PM
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) is soliciting quotes for Dockside Repairs for the USCGC TAHOMA (WMEC 908). This requirement is a Total Small Business Set-Aside to be performed in Newport, RI, during the summer of 2026. The government intends to award a Firm Fixed-Price contract to ensure the vessel's operational readiness.
Scope of Work
The contractor must provide all labor, materials, and equipment to perform comprehensive maintenance and repairs as detailed in the specifications. Key tasks include:
- Tank Maintenance: Cleaning, inspection, and preservation of aviation fuel, potable water, ballast, grey water, and sewage tanks.
- System Overhauls: Inspection and repair of critical components including steering gear, anchor windlass, warping capstan, and the Appleton single-point davit (SPD).
- Mechanical & Electrical: Cleaning and flushing of the chill water and sewage systems, renewal of seawater heat exchangers, and testing of 400 HZ circuit breakers.
- Compliance: All work must adhere to SFLC Standard Specifications (e.g., welding, preservation, and auxiliary systems) and strict environmental protection regulations.
Contract & Timeline
- Type: Firm Fixed-Price
- Period of Performance: May 25, 2026 – August 7, 2026
- Set-Aside: Total Small Business (NAICS 336611; Size Standard: 1,300 employees)
- Response Due: February 13, 2026, 12:00 PM ET
- Place of Performance: Newport, RI
Evaluation
Award will be based on a best-value determination using the following factors in descending order of importance:
- Technical Capability (including specific plans for QC, coating, and systems flushing)
- Experience
- Past Performance
- Price Note: Technical capability, experience, and past performance combined are significantly more important than price.
Additional Notes
- Drawing Requests: Must be submitted by January 29, 2026.
- Questions: Due by February 5, 2026, 12:00 PM ET.
- Offerors must be registered in SAM.gov and provide a detailed Technical Approach with their quote.
People
Points of Contact
Petal DonaldPRIMARY
Kaity GeorgeSECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 5
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 11, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 22, 2026