CGC Polar Star Flooding Alarm System Additions
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) Surface Forces Logistics Center (SFLC) has issued a Notice of Intent to Sole Source a Firm Fixed-Price (FFP) contract to MD Marine Electric for the design, procurement, and installation of an Addressable Flooding Alarm System on the USCGC Polar Star (WAGB-10). This system must comply with 46 CFR 62 and ABS Steel Vessel Rules. While the intent is sole source, interested parties may submit evidence of their capability and competitive offers by February 5, 2026.
Opportunity Details
- Type: Notice of Intent to Sole Source (Special Notice)
- Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (if competed)
- NAICS: 488390 - Other Support Activities for Water Transportation
- PSC: J020 - Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment
- Place of Performance: USCG Base Seattle, 1519 Alaskan Way S, Seattle, WA 98134
- Period of Performance: May 1, 2026 to June 20, 2026
Scope of Work
The contractor will design, procure, and install a complete Addressable Flooding Alarm System for the USCGC Polar Star. Key requirements include:
- Utilizing commercial off-the-shelf (COTS) equipment suitable for continuous marine operation.
- Providing two independent power sources, including a 1-hour emergency battery backup.
- Installing main and remote control panels in specified ship locations.
- Implementing zone address identification for sensors, displaying compartment details.
- Ensuring fault isolation within the system.
- Using IP56/IP68 rated enclosures for exposed equipment.
- Providing OEM authorized/licensed Technical Representative services for installation and commissioning.
- Performing protective measures, including lead-based paint (LBP) abatement if necessary, and cleaning bilges.
- Preparing and coating new/disturbed surfaces.
Performance Standards
The system must be approved to 46 CFR 62 and SOLAS Chapter II-1, Subpart E Regulation 48. Components must be natively compatible, communicate via standard protocols, and support connection through Rockwell 1756 ControlLogix modules. Sensors must be resistant to petroleum products and salt water. Final acceptance testing will verify full compliance.
Response Information
This is not a formal solicitation. However, responsible, certified, and capable parties may submit an offer or quotation demonstrating clear, compelling, and convincing evidence that competition would be advantageous to the Government. Such submissions should include basic company information, qualifications, past performance, a scope of work, timeline, cost breakdown, and subcontractor details.
- Response Due: February 5, 2026, 8:00 AM Pacific Time (PST)
- Contact: Sean McTague (sean.p.mctague@uscg.mil)
- Note: Contractor must register in the Joint Certification Program (JCP) to access referenced drawings if pursuing this opportunity.