CGC Healy Bow Thruster Control System Upgrade
Special Notice from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: OH. Response deadline: Feb 16, 2026. Industry: NAICS 541330 • PSC J020.
Market snapshot
Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541330
Description
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: Omnithruster Inc. located at, 2201 Pinnacle Parkway, Twinsburg, Ohio 44087, United States.
USCG SFLC requires engineering services, supply all necessary parts, and perform the installation of the six Control Stations and Programmable Logic Control (PLC) for the Bow Thruster System.
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 541330 Engineering Services. 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 a competitive procurement. A determination by the Government not to compete 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 Sean McTague at sean.p.mctague@uscg.mil with the following information referenced in the subject line, Solicitation 70Z08526Q2272. A determination by the Government not to compete 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 a 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 12:00 AM Eastern Time (EST) on February 16, 2026, to Sean McTague at sean.p.mctague@uscg.mil.
The interested parties bear full responsibility to ensure complete transmission and timely receipt.
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.