Polar Star HMI PPD Upgrade Fy26-27
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 US Coast Guard (USCG) is issuing a Combined Synopsis/Solicitation for the Polar Star HMI PPD Upgrade Fy26-27. This requirement seeks to upgrade the Propulsion Power Distribution (PPD) Human Machine Interface (HMI) on the CGC POLAR STAR to a Windows 11-based platform. The USCG intends to award a sole-source Requirements Contract with Firm-Fixed-Price Task Orders to Woodward, Inc. for non-recurring engineering (NRE), proprietary software, hardware, and integration services. Offers are due by January 26, 2026, 1400 PST.
Opportunity Overview
This project is part of the CGC POLAR STAR Service Life Extension Project (SLEP). The upgrade involves transitioning the existing PPD GE iFIX, version 5.8, and associated HMI to the Inductive Automation Ignition HMI software and Windows 11 OS. The original PPD system was designed and installed by Vasler Woodward, which is the basis for the sole-source justification due to proprietary ownership of the software and technical data.
Scope of Work
The contractor shall provide all labor, materials, equipment, software licenses, engineering services, testing, and documentation. Key deliverables and services include:
- Procurement of ten (10) Inductive Automation Ignition HMI (PIP44 Computer) units.
- Non-Recurring Engineering (NRE) for software upgrades, including redesign and re-engineering of scripted functionality, base image modification, and installer redesign for Ignition HMI and Windows 11.
- Technical representative services for Factory Acceptance Testing (FAT) and installation/commissioning.
- Compliance with Section 508 requirements for Information and Communications Technology (ICT).
- Adherence to DHS and USCG Enterprise Architecture policies and standards, including IPv6 compliance.
Contract Details
- Contract Type: Requirements Contract with Firm-Fixed Price Task Orders.
- Period of Performance: Anticipated start on or about February 9, 2026, with completion no later than December 31, 2027.
- NAICS Code: 513210 - Software Publishers.
- PSC Code: R425 - Engineering And Technical Services.
- Place of Performance: Primarily contractor's facility, with technical representative services for testing and installation/commissioning onboard CGC POLAR STAR.
- Funding: Procurement, Construction, and Improvement (PC&I) Funding, FY22-26.
Submission & Evaluation
Offers must be received by 1400 PST, January 26, 2026. Evaluation factors include Technical Acceptability, Past Performance, and Price Reasonableness. Technical acceptability will assess the proposed approach for design and development, systems engineering methodology, DT&E plan, and manufacturing/QA plan. Past performance will be evaluated for recency, relevance, and quality, but not on a comparative basis due to the sole-source nature. The Government intends to award without further discussions if the offer is technically acceptable, past performance is satisfactory, and the price is fair and reasonable.
Key Dates & Contacts
- Response Due: January 26, 2026, 1400 PST.
- Published Date: January 16, 2026.
- Primary Contact: Robin B. Kloeppel, robin.b.kloeppel@uscg.mil, 206-827-4342.
- Secondary Contact: Wayne Gutman, wayne.m.gutman@uscg.mil, 832-709-3439.