CGC Polar Star Load Bank Resistors
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 Surface Forces Logistics Center (SFLC) is issuing a combined synopsis/solicitation for a firm-fixed-price contract to procure load bank resistors for the USCGC Polar Star. This acquisition is a Total Small Business Set-Aside. Offers are due by February 9, 2026, at 4:00 PM UTC.
Scope of Work
The requirement is for 13 units of Powerohm open frame load resistors, specifically 0.67 Ohm (+/-10%) with dimensions of 26"W x 21"D x 6"H. These supplies are critical for the USCGC Polar Star's maintenance and operations. Only Original Equipment Manufacturer (OEM) parts are acceptable; aftermarket, refurbished, or equivalent items will not be considered. Delivery is required by March 1, 2026, to the USCGC Polar Star Port Engineer Staff at 1519 Alaskan Way S, Bldg 1, Seattle, WA 98134.
Contract & Timeline
- Type: Firm-Fixed-Price (Combined Synopsis/Solicitation)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 423610 (Small Business Size Standard: 200 employees)
- PSC: 6145 (Wire And Cable, Electrical)
- Offer Due: February 9, 2026, 4:00 PM UTC
- Required Delivery: March 1, 2026
- Published: January 29, 2026
Evaluation Factors
Award will be made to the responsible offeror representing the best value to the Government, considering both price and non-price factors. Non-price factors include technical acceptability and past performance, specifically the offeror's demonstrated ability to provide supplies of similar type and complexity. Past performance will be evaluated using CPARS, Government records, and offeror-provided information; the absence of relevant past performance will be considered neutrally. Offerors must demonstrate an understanding of the supplies and the ability to reliably source and deliver the required items. Subcontractors performing major or critical aspects must be identified with their name, address, UEI, and relevant experience/past performance. The Government intends to make an award without discussions, so offerors should submit their best offer initially.
Submission Requirements
Offers must be submitted electronically via email to the points of contact listed in the notice. While no specific format is prescribed, submissions must be complete, clear, and allow for effective evaluation. Quotes must be on a firm-fixed-price basis, all-inclusive of manufacturing, packaging, handling, transportation, duties, tariffs, and other costs; conditional pricing is not acceptable. Offerors are encouraged to provide sufficient descriptive information (product descriptions, specifications, part numbers, manufacturer information) to establish technical acceptability. Offerors must be registered in the System for Award Management (SAM) and complete all required representations and certifications. All questions must be submitted via email.