CGC Maple Thruster System Field Service
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 Department of Homeland Security (DHS), United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC) has issued a Notice of Intent to Sole Source for CGC Maple Thruster System Field Service. The Government intends to award a Firm Fixed Price (FFP) Contract to BIS Automation Inc. for technical support and calibration of the USCGC MAPLE's thruster system. This action aims to restore the system to full operational capability after drydock repairs. Responses challenging the sole source intent are due by February 9, 2026, 9:00 AM Pacific Time.
Scope of Work
The requirement is for services to the WLB Bow and Stern Thruster DSD 412 Drive and the DECS 250 Thruster Generator Exciter equipment and system. This includes providing all labor, materials, and tools necessary to calibrate the thruster system. Key tasks involve inspecting, evaluating, testing, and tuning the DECS 250 Voltage Regulator and DSD-412 Drive settings, troubleshooting thruster breakers, and installing/calibrating the AEM-2020. The contractor must ensure the thruster system operates at 100% drive speed reliably and conduct a system operational test.
Contract Details
- Type: Firm Fixed Price (FFP)
- Procurement Method: Sole Source, IAW FAR Part 12 and 13 (specifically FAR 13.106-1(b)(1))
- Intended Awardee: BIS Automation Inc., 1725 Suburban Drive, De Pere, WI 54115-5010
- NAICS Code: 336611 - Ship Building and Repairing
- Product Service Code: J019 - Maintenance, Repair And Rebuilding Of Equipment: Ships, Small Craft, Pontoons, And Floating Docks
- Set-Aside: Not a small business set-aside.
- Period of Performance: Not to exceed 7 calendar days from the date of award.
Submission & Evaluation
This is a Notice of Intent to Sole Source, not a formal solicitation. No competitive proposals are being requested. Interested parties who believe they can provide the required services must submit clear, compelling, and convincing evidence that competition would be advantageous to the Government. Submissions, which may include an offer or quotation, will be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government retains sole discretion regarding the decision to compete this action.
Place of Performance
Coast Guard Yard, Baltimore, MD 21226, in the cutter's designated drydock space.
Key Dates & Contact
- Response Due: February 9, 2026, 9:00 AM Pacific Time
- Published Date: February 6, 2026
- Contact: Sean McTague (sean.p.mctague@uscg.mil). All inquiries and submissions must be in writing via email, referencing Solicitation 70Z08526Q3249 in the subject line.
Additional Notes
A Wage Determination (WD) document is attached, establishing minimum wage rates and fringe benefits for various occupations under the Service Contract Act for work performed in specific Maryland counties, including Baltimore. Contractors must comply with these labor standards, including Executive Orders 13706 (Paid Sick Leave) and 13658 (minimum wage).