USCGC POLAR STAR CRANE LOAD MOMENT INDICATOR SYSTEM

SOL #: 70Z08526Q024011Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Seattle, WA

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 30, 2026
2
Submission Deadline
Apr 3, 2026, 3:00 PM

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), under the Department of Homeland Security, is soliciting proposals for technical services to restore the crane load moment indicator (LMI) system on the USCGC Polar Star (WAGB-10). This is a Total Small Business Set-Aside opportunity. The work involves providing an Original Equipment Manufacturer (OEM) technician to troubleshoot, diagnose, and calibrate the LMI system for the ship's knuckle boom cranes. Proposals are due by April 3, 2026.

Scope of Work

The contractor shall provide an authorized or certified OEM technical representative to perform field troubleshooting on the LMI system, which is a critical safety system. Tasks include:

  • Coordinating a field visit for an OEM technician.
  • Conducting initial and final operational tests of the equipment.
  • Troubleshooting, diagnosing, and adjusting the LMI system and related components.
  • Commissioning and calibrating LMI console modules according to manufacturer instructions. The base requirement includes travel and up to 3 days of field services. Any additional repairs beyond the base scope require a Condition Found Report (CFR) and written authorization from the Contracting Officer (KO). The USCG will provide Government Furnished Property (GFP) including Console Mentor QVGA modules and Can Bus Cables.

Contract & Timeline

  • Type: Solicitation
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: April 3, 2026, at 3:00 PM ET
  • Published: March 30, 2026
  • Period of Performance (Service): April 20-24, 2026
  • Place of Performance: USCGC Polar Star at USCG Base Seattle, 1519 Alaskan Way S, Seattle, WA 98134

Special Requirements

Contractors must observe safety precautions and work in the presence of designated USCG personnel, who will operate all shipboard machinery. Access to government facilities requires a valid government-issued ID (REAL ID Act compliant) and USCG recommends U.S. citizenship for security processing. If referencing USCG Technical Publications, the contractor must be registered in the Joint Certification Program (JCP).

Contact Information

For inquiries, contact Sean McTague at Sean.P.McTague@uscg.mil or (571) 614-3888.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 30, 2026
USCGC POLAR STAR CRANE LOAD MOMENT INDICATOR SYSTEM | GovScope