CGC MOHAWK FY26 DS2
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 US Coast Guard, under the Department of Homeland Security, is soliciting proposals for dockside repairs and maintenance of the USCGC MOHAWK (WMEC 270B) for Fiscal Year 2026. This opportunity, designated as a Total Small Business Set-Aside, aims to ensure the vessel's operational readiness through comprehensive work in Key West, FL. Proposals are due April 6, 2026, at 1300 ET.
Scope of Work
The work involves a detailed list of tasks categorized into specific work items, including: Tank and Locker Maintenance (cleaning, inspection, fluid handling, ultrasonic measurements), Mechanical Systems (inspection, testing, overhaul, or replacement of anchor windlasses, chains, capstans, propulsion shafting alignment), Electrical Systems (400 HZ circuit breaker inspection/testing), Ventilation Systems (commercial cleaning of engine room, galley, and laundry exhaust ducts), Hull and Structural (renewal of pilot house deck plating), and Piping Systems (renewal of sea water system valves and deck drain piping). Preservation of tanks and overhaul of anchor windlass are included as optional items.
Performance Standards
Work must adhere to numerous referenced Coast Guard drawings, technical publications, and SFLC Standard Specifications. Key requirements include strict Quality Control (welding, preservation, inspection protocols like CIR submissions, Tank and Void Assessment Forms, ultrasonic thickness measurements), Environmental Protection (compliance with all applicable regulations for waste disposal), and various Testing (operational, leak, hydrostatic, load tests) post-repair. Contractors must provide all necessary labor, materials, and equipment, with some Government-furnished property (GFP) listed.
Contract Details
- Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 336611 (Shipbuilding and Repairing Commercial Vessels), Size Standard: 1300 employees
- Period of Performance: August 10, 2026, to October 4, 2026
- Place of Performance: Dockside, Key West, FL
Submission & Evaluation
- Proposals Due: April 6, 2026, at 1300 ET
- Submission Components: Quotes must be submitted via email and include a Cover Letter, Price Schedule (Attachment 1), Past Performance Submission (limited to 3 pages), and Technical Capability Submission (limited to 15 pages, excluding the planning document and welding documentation).
- Evaluation Factors: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are significantly more important than Price.
Key Dates & Contacts
- Questions Deadline: March 27, 2026, at 12:00 PM EST
- Site Visit: Strongly urged and expected, must be completed by March 27, 2026. Contact CWO-2 Chris Knowles at (850) 480-9075 or Christopher.S.Knowles1@uscg.mil.
- Primary Contact: Caroline Greer (caroline.c.greer@uscg.mil)