CGC Waesche Fire Detection System Upgrade Parts
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) is soliciting proposals for Siemens fire detection system components to support a scheduled maintenance availability for the CGC WAESCHE (WMSL 751). This is a firm-fixed-price contract for the procurement of new, Original Equipment Manufacturer (OEM) parts. Offers are due April 20, 2026.
Scope of Work
This requirement is for a parts-only procurement of specific Siemens fire detection system components. The vendor must provide new and OEM parts, including:
- SIEMENS S54400-P155-A1, FCA2034 A1 License key S2 (1 EA)
- SIEMENS S54400-F1-A1, Metal Cover Plate for X Series Modules (48 EA)
- SIEMENS S54430-F301-A1, LONG RANGE SIMULATOR IR3 (1 EA)
- SIEMENS S54430-F3-A1, MINI IR3 FLM DET 2 5 10M CBL SS FM (1 EA)
- SIEMENS S54430-F5-A1, MINI UV IR FLM DET CBL SS FM (7 EA)
- SIEMENS S54370-B3-A1, SINGLE INPUT MON MOD W/ISOLATOR (Open Market Item) (42 EA) Delivery is critical and required to the CGC Waesche in Alameda, CA, no later than May 25, 2026, to support follow-on installation work scheduled from June 1 to July 28, 2026.
Contract Details
- Type: Firm-Fixed-Price contract.
- Set-Aside: None specified.
- Product/Service Code: 6350 - Miscellaneous Alarm, Signal, And Security Detection Systems.
- Place of Performance (Delivery): CGC WAESCHE (WMSL 751), 1 Eagle Road, Alameda, CA 94501.
Evaluation Factors
Award will be made to the responsible offeror whose proposal represents the best value to the Government, considering both price and non-price factors. Non-price factors include technical acceptability (demonstrated understanding of supplies, ability to reliably source and deliver) and past performance (CPARS, Government records, offeror-provided information). Original Equipment Manufacturer (OEM) parts are strictly required; aftermarket, refurbished, or equivalent items are not acceptable. Offerors must identify any proposed subcontractors and their relevant experience. The Government intends to make award without discussions, so offerors should submit their best offer initially.
Submission Requirements & Key Dates
Offers must be submitted electronically via email to the identified points of contact. Submissions should clearly identify the supplies offered, demonstrate compliance, and be complete and clear. Prices must be firm-fixed-price and all-inclusive. Offerors must review the incorporated FAR provisions and clauses for contractual obligations.
- Published Date: April 10, 2026
- Offers Due: April 20, 2026, 1:00 PM PST/PDT
- Required Delivery: No later than May 25, 2026