Navigate the lattice: hubs for browsing, trends for pricing signals.
NOTICE OF INTENT TO SOLE SOURCE 70Z08526Q002843
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 APPLETON MARINE, INC., located at 3030 E. Pershing ST, WI, 54911 United States.
USCG SFLC requires: USCGC SYCAMORE crane swing drive encoder service.
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 Ms. Oneal at donna.j.oneal@uscg.mil with the following information referenced in the subject line, Solicitation 70Z08526Q002843. 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 February 09, 2026, to Ms. Oneal at donna.j.oneal@uscg.mil
The interested parties bear full responsibility to ensure complete transmission and timely receipt.
STATEMENT OF WORK
Project Title: USCGC SYCAMORE Crane Swing Drive Encoder Service
Contractor: Appleton Marine Inc.
Unit: USCGC SYCAMORE
1. Background
The Appleton Crane's slew function is inoperative. Troubleshooting has identified a failure in the swing drive encoder, which is not providing the necessary 12-bit grayscale binary data output. This data is critical for the crane to determine its position within its 360-degree operational arc. As a result, the crane cannot slew unless the faulty encoder is disabled. This project is required to replace the defective components and restore full, safe operational capability to the crane. This Statement of Work outlines the services to be provided by Appleton Marine Inc. aboard the USCGC SYCAMORE (WLB-209). The contractor will be responsible for the installation of new parts, programming, and recalibration of the crane's swing drive encoder and associated systems.
2. Contractor Responsibilities
Appleton Marine Inc. will provide all necessary labor, tools, and expertise to perform the following tasks:
3. Government Responsibilities
The USCGC SYCAMORE will be responsible for the following:
4. Parts for Installation
The following parts, purchased by the government, will be installed by Appleton Marine Inc.:
Part Number
Quantity
Description
YMD-15180
1
MULTI-TURN ETHERNET ENCODER NANO-COATED
N/A
10
HHCS 1/4-20NC X .75" LG, 316 SS
N/A
10
LOCKWASHER .25 DIA, 316 SS
N/A
3
SHCS M4 X .7 X 10MM, 316 SS
MMD-6125
1
SHAFT
EF162212
2
BUSHINGS
GMD-0357
1
Gear
N/A
1
3/32 SQ KEY X .38" LG
N/A
1
SET SCREW #8-36UNF X .38" LG, SS
91590A133
1
RETAINING RING
N/A
1
NYLOC NUT 3/4-10NC 316 SS
N/A
1
FLATWASHER 3/4" DIA. SS
MMD-6535
1
GASKET
5. Period and Place of Performance
A. Period of Performance is Period of performance will be 2 days, to occur between 09 Feb 2026 and 30 APR 2026, to be coordinated between the ship and the vendor.
B. Place: CGC SYCAMORE 47 Chandler St. NAVSTA Newport Newport, RI 02841
6. Points of Contact
CGC SYCAMORE
47 Chandler St.
NAVSTA Newport
Newport, RI 02841
(267) 374-9161
Asset Manager
2401 Hawkins Point Road
Baltimore, MD 21226
(667) 419-5729
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.