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) in Newport, RI, for Fiscal Year 2026. This opportunity is a Total Small Business Set-Aside for a Firm Fixed Price contract. Proposals are due by February 13, 2026, at 5:00 PM EST.
Scope of Work
This solicitation requires contractors to furnish all necessary labor, materials, services, and equipment to perform comprehensive dockside repairs on the USCGC TAHOMA. The work, detailed in the Statement of Work (SOW) Specification, includes:
- Maintenance and Preservation: Cleaning, inspection, and preservation of various tanks (e.g., Aviation Fuel, Potable Water, Ballast, Grey Water, Sewage, Dirty Oil, Accessible Voids).
- Component Overhaul & Renewal: Overhaul, inspection, 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 the Chill Water System and Sewage Piping, and renewal of Seawater Heat Exchangers and Engine Room Fan Controllers.
- Clarifications (Amendment): The cutter will not be drydocked; access to tanks will be via manhole covers. For Work Item 12, heat exchangers must be removed from the cutter for cleaning and testing. Government-Furnished Material (GFM), specifically a flex coupling, will be provided at the start of availability.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: May 25, 2026, to August 7, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336611 (Shipbuilding and Repair)
- Size Standard: 1300 employees
- Place of Performance: Newport, RI 02841, United States (dockside at a Coast Guard/US Navy facility)
Submission & Evaluation
- Proposal Due Date: February 13, 2026, 5:00 PM EST (17:00:00Z)
- Submission Method: Via email to the Contracting Officer and Contract Specialist.
- Required Submissions: A comprehensive Technical Approach (including Planning, Quality Control, Temporary Services, Coating, Technical Representation, Subcontract, System Flushing/Cleaning, and Heat Exchanger Cleaning/Testing plans), welding documentation per SFLC Standard Specification 0740, and a completed pricing schedule (Attachment 1).
- Evaluation Factors: Technical Capability, Experience, Past Performance, and Price. Technical capability, experience, and past performance combined are significantly more important than price.
- Quote Validity: Quotes must be held firm for 90 calendar days.
- Key Deadlines: Last day to request drawings was January 29, 2026. Last day for questions was February 5, 2026, 12:00 PM ET.
Additional Notes
Offerors must be registered in SAM.gov. Access to some referenced documents may require Joint Certification Program (JCP) certification. Contractors are responsible for providing portable fire extinguishers and fire watch support, and must adhere to strict environmental protection requirements.