Vessel Construction Management Services for the USCG
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 United States Coast Guard (USCG) Surface Program is conducting market research through a Request for Information (RFI) to identify qualified and experienced firms for Vessel Construction Management (VCM) services. This RFI is for a variety of USCG vessels and infrastructure, with an anticipated Multiple Award Task Order Contract (MATOC) valued at $2 billion. Responses are due by April 8, 2026, at 2:00 pm ET.
Scope of Work
The VCM services are comprehensive and include, but are not limited to:
- Awarding contracts for the construction of USCG vessels (e.g., Homeland Security Cutter – Medium) and infrastructure (e.g., floating dry dock).
- Overseeing and managing all aspects of construction, including planning, scheduling, budgeting, and quality control.
- Monitoring shipyard performance against contract requirements and reporting production status.
- Providing technical expertise and guidance to shipyards.
- Performing configuration management of vessel/infrastructure design across multiple build yards.
- Negotiating pricing for Long Lead Time and Economic Ordering Quantity materials.
- Managing construction risks and issues.
Contract & Timeline
- Type: Request for Information (RFI) for market research purposes only. The Government anticipates a future MATOC with Firm-Fixed-Price (FFP) task orders.
- Duration: Anticipated 5-year base period and one (1) 5-year option period for the future MATOC.
- Value: Projected $2 billion for the anticipated MATOC.
- Set-Aside: None specified (market research stage).
- Response Due: April 8, 2026, 2:00 pm ET.
- Published: March 18, 2026.
Information Requested
Interested firms should provide:
- Company Profile: Experience, capabilities, and qualifications in VCM, including relevant past Government or commercial projects.
- Pricing Methodology: Proposed pricing approaches to reduce VCM costs.
- Technical Expertise: Description of technical expertise and resources, especially with build-to-print vessel production.
- Management Approach: Outline of VCM approach, including organizational structure, communication, and quality control.
- Past Performance: Details of at least three (3) relevant VCM projects with client references.
- Schedule: Planned timelines from task order award to shipyard contract, including approaches to expedite timelines and decrease costs.
- Small Business Status: Company's size and socio-economic status (if applicable).
- Perceived Risk: Identification of any concerns or areas of risk.
Additional Notes
This RFI is solely for market research and does not constitute a solicitation or an obligation for the Government to award a contract or pay for submitted information. Responses may be reviewed by support contractors, and submission implies consent for this review. Submissions must be sent via email to Liessel.Ampie@uscg.mil, Karyn.L.Waters@uscg.mil, and Christopher.A.Katz2@uscg.mil.