Skip to content
Department of Homeland Security

USCGC PATOKA MONITORING SYSTEM UPGRADE

Solicitation: 70Z08526Q001970
Notice ID: adc6a506d66347a4983aefd35c6c0a75
TypeSpecial NoticeNAICS 336611PSCJ020Set-Aside8ANDepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateVAPostedMar 11, 2026, 12:00 AM UTCDueMar 20, 2026, 03:00 PM UTCCloses in 7 days

Special Notice from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: VA. Response deadline: Mar 20, 2026. Industry: NAICS 336611 • PSC J020.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,395,605,770
Sector total $24,284,416,925 • Share 46.9%
Live
Median
$743,983
P10–P90
$36,398$114,021,616
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
46.9%
share
Momentum (last 3 vs prior 3 buckets)
+135%($4,599,941,929)
Deal sizing
$743,983 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Chesapeake, Virginia • 23320 United States
State: VA
Contracting office
Alameda, CA • 94501 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
+43 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 43 more rate previews.
Davis-BaconBest fitstate match
VA20260001 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+42 more occupation rates in this WD
Davis-Baconstate match
VA20260169 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • York
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260176 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260002 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Halifax
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
McTague, Sean
Email
Sean.P.McTague@uscg.mil
Phone
15716143888
Name
ULISES BALMACEDA
Email
Ulises.O.Balmaceda@uscg.mil
Phone
2068200307

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 2(00085)
Office
Not available
Contracting Office Address
Alameda, CA
94501 USA

More in NAICS 336611

Description

NOTICE OF INTENT TO SOLE SOURCE 70Z08526Q001970

The Department of Homeland Security {DHS}, United States Coast Guard {USCG} Surface Forces Logistics Center {SFLC}, located at 1 Eagle Road Bldg. 55, Alameda CA 94501 is issuing this Notice of Intent {NOI} to inform industry contractors of the Government's intent to Award a Sole Source Firm Fixed Price {FFP} Contract IAW Federal Acquisition Regulation {FAR} Part 12 and 13 procedures.

The intended Contractor FINCANTIERI MARINE SYSTEMS, 800-C Principal Court, Chesapeake, VA, 23320 United States.

USCG SFLC requires: USCGC PATOKA monitoring system upgrade.

This procurement is being conducted using commercial item procedures pursuant to Federal Acquisition Regulation {FAR} Part 12 and FAR Part 13, specifically FAR 13.106-1{b}{1}, allowing the Contracting Officer

{KO} to solicit from one source.

The North American Industry Classification System {NAICS} for this requirement is 336611 - Ship Building and Repairing. The Product of Service Code for this requirement is J020. This will not be a small business under the Small Business Administration {SBA} size standard for this sector.

This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to

the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. A determination by the Government not to complete this action based on this notice is solely within the discretion of the Government.

All inquiries and concerns must be addressed in writing via e-mail to Mr. Sean McTague at Sean.P.McTague@uscg.mil with the following information referenced in the subject line, Solicitation 70Z08526Q001970. A determination by the Government not to complete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit an offer or quotation which shall be considered by the agency no later than 8:00 AM Pacific Time

{PST} on March 20, 2026, to Mr. McTague at Sean.P.McTague@uscg.mil

The interested parties bear full responsibiliSCOPE OF WORK

IBCT PDM IF Monitoring System Upgrade Mock UP

SECTION 1 – GENERAL INFORMATION

1.1 Scope of Work


KTR shall provide services related providing technical and engineering support in mocking up and testing upgraded DES and Solid-State Monitoring System for the Isotta Frashchini V1312-MLH-KC Main Diesel Engines used by the WLR/WLIC Fleet

1.1.2 Place of Performance:

1.1.2.1 Unit

            IBCT PDM APM1

            Fincantairi Marine Systems North America

            800 Principal Court

            Chesapeake, VA

            23320
 

1.1.3 Contracting Officer (KO):

1.1.3.1 Name:
   Unit: IBCT PDM APM-1

            PH:

            FX: N/A
   E-mail:
 

1.1.4 Contracting Officers’ Technical Representative:

1.1.4.1 Name: Ensign Chase Randell
   Unit: SFLC-IBCT-PDM-APM1
   PH: 571-613-4750
   FX: N/A
 

1.1.5 Contact for questions:

1.1.5.1 Any questions regarding scope of work must be directed to the Contracting Officer.
 

1.2 Contractor Personnel

1.2.1 Contract Manager

The contractor must provide a contract manager who must be responsible for the performance of the work. The name of this person, and an alternate or alternates, who must act for the contractor when the manager is absent, must be designated in writing to the contracting officer.

1.2.1.1 The contract manager or alternate must have full authority to act for the contractor on all contract matters relating to daily operation of this contract

1.2.1.2 The contact manager and alternate or alternates must be able to read, write, speak, and understand the English language.

1.2.2 Contractor employees
The contractor must not employ persons for work on this contract if such employee is considered by the contracting officer to be a POC.

1.2.2.1 Contractor personnel must present a neat appearance and be easily recognized as contractor employees.

1.2.2.2 The contractor must not employ any person who is an employee of the U. S. Government if employing that person would create a conflict of interest. Additionally, the contractor must not employ any person who is an employee of the U. S. Coast Guard unless such person seeks and receives approval according to U. S. Coast Guard regulations.

1.2.2.3 The contractor shall hold valid license, certifications, and/ or permits to perform work at place of performance. 

1.2.3 Security requirements
None


1.3 Hours of Operation

1.3.1 The contractor must perform the tasks as required by the SOW under this contract during the following hours: Monday through Friday between 8:00am and 4:00pm unless other time is specified.

132.1 Period of performance: March 20, 2026 – June 30, 2026

1.4 Award
It is the governments’ intent to make award as Sole Source

1.4.1. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in (SAM) shall result in Contracting Officer to proceed with next successful registered offeror. Website:  www.sam.gov

1.5 Invoicing
Invoices shall be sent to address as per the contract. To ensure proper payment, all invoices shall have requisition number/order number, company name and address, UEI number, invoice number and date clearly indicated on your invoice. It is recommended that the offeror attach a copy of the Purchase Order / Contract to their invoice(s).

1.5.1 Invoices shall be submitted for payment following the invoicing instructions on the Purchase Order.

SECTION 2 – DEFINITIONS

2.1 General Definitions

When the (SOW), solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulations (FAR), the word or term has the same meaning as the definition as contained in section 2.101 of the FAR. The FAR index is available via the Internet at http://www.acqnet.gov at the end of the FAR, after the FAR Appendix.

2.1.1 Defective Service: A service or commodity output that does not meet the standard of performance requirement specified in the contract for that service or commodity.

2.1.2 Quality Assurance: A planned and systematic pattern of all government actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements; and satisfactory performance is achieved. Quality assurance refers to actions by the government assurance functions for a contracted service.

2.1.2 Quality Control: Those actions taken by a contractor to control the production of outputs to ensure that they conform to the contract requirements.

2.1.3 Technical Definitions:  None

2.1.4 References:  NONE

2.1.5 Government Furnished Equipment:  NONE

2.1.6 Government Furnished Facilities:  NONE

SECTION 3 – REQUIREMENTS

3.1 General

3.1.1 CIR.

None.

3.1.2 Tech Rep.  The Contractor must provide the services of a certified mechanic, who is familiar with Isotta Frashchini V1312-MLH-KC Main Diesel Engine and control system.   

3.1.3 Protective measures.  None

3.1.4 Interferences.  None

3.3 Work plan.  The Contractor shall provide technical, engineering, and management support to mock up and test upgraded DES and Solid State Monitoring System to Coast Guard personnel.

  • Supply (1) 15” Solid State unit
  • Supply (1) DES unit
  • Connect Monitoring system to engine
  • Line up fuel system
  • Line up cooling system
  • Start and operate engine
  • Test Solid State monitoring system


SECTION 4 – CONTRACTOR FURNISHED ITEMS AND SERVICES


NONE

SECTION 5 – NOTES

5.1 IBCT PDM APM1 POC is Robert Holt,  Robert.h.holt2@uscg.mil, 810-542-1041

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.