USCGC PATOKA MONITORING SYSTEM UPGRADE
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 43 more rate previews.↓
Point of Contact
Agency & Office
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.
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.