CGC JAMES GENERATOR ALIGNMENTS AND LOADBANKINGS
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), through its Surface Forces Logistics Center (SFLC), is soliciting proposals for generator alignments and load banking services for the CGC JAMES at North Charleston, SC. This is a Total Small Business Set-Aside with a Firm Fixed-Price contract type. Offers are due April 26, 2026.
Scope of Work
The requirement involves providing pinning and alignment, cooler cleaning, and load banking for two Ship Service Diesel Generators (SSDG 1 and 2) on the CGC JAMES. The SSDGs are Caterpillar Model 3512B, 1360 KW. Key tasks include:
- Work Item 1: Alignment of SSDG 1 and 2.
- Work Item 2: Commercial cleaning of SSDG 1 and 2 Heat Exchangers.
- Work Item 3: Load testing of SSDG 1 and 2. Work Items 1 and 2 must be completed before Work Item 3. The contractor must provide a manufacturer-authorized and licensed Technical Representative for Caterpillar 3512B for Work Items 1 and 3. All work will be performed at FLETC Base Charleston, North Charleston, SC. The period of performance is from May 5, 2026, through May 14, 2026.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business (NAICS 811310, $12.5M size standard)
- Product Service Code (PSC): J061 (Maintenance, Repair And Rebuilding Of Equipment: Electric Wire, And Power And Distribution Equipment)
- Period of Performance: May 5, 2026, through May 14, 2026.
- Offer Due Date: April 26, 2026, 5:00 PM ET.
- Published Date: April 16, 2026.
Submission & Evaluation
Award will be made to the responsible offeror representing the best value to the Government, considering price and non-price factors. Non-price factors include technical capability and past performance, specifically the ability to perform similar requirements. Past performance will be evaluated using CPARS, other Government records, and offeror-provided information. The Government intends to make an award without discussions, so offerors should submit their best offer initially.
Offerors must submit a narrative quotation detailing their understanding, approach, technical capability, relevant experience, and proposed use of subcontractors. Subcontractors performing major or critical aspects must be identified with their name, address, UEI, and relevant experience/past performance. All offers must be firm-fixed-price, all-inclusive, and submitted electronically via email to the identified points of contact. Conditional pricing or escalation clauses may lead to non-responsiveness.
Key Requirements & Compliance
- Access: Contractors require a valid REAL ID; Form 121 for background check 5 business days prior to start.
- Tools: Contractor must provide special tools, including alignment tools and specific CAT parts.
- Load Testing: Requires a submitted plan covering operator qualifications, emergency shutdown, load bank specifications, cable routing, and data collection (15-minute readings).
- Reporting: Submission of a Contract Closeout Report (CFR) or equivalent.
- Wage Determination: Bidders must adhere to Wage Determination No. 2015-4427, Revision No. 32 for South Carolina, covering minimum wage rates, health & welfare, vacation, and holidays, including compliance with EO 13706 (Paid Sick Leave) and EO 13658 (Minimum Wage).
- FAR Provisions: Compliance with various FAR clauses, including those related to SAM, subcontractor disclosure (FAR 52.212-1), and the Federal Acquisition Supply Chain Security Act (FAR 52.204-29).