Skip to content
Department of Homeland Security

USCGC MORRO BAY MDE GENERATOR LOAD BANKING

Solicitation: 70Z08526Q002952
Notice ID: ee01c91494314d44aa2624408499eeee

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: OH. Response deadline: Feb 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
$10,593,880,397
Sector total $20,354,308,656 • Share 52.0%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
52.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 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 OH
Live POP
Place of performance
Cleveland, Ohio • 44114 United States
State: OH
Contracting office
Alameda, CA • 94501 USA

Point of Contact

Name
DONNA O'NEAL
Email
Donna.J.O'Neal@uscg.mil
Phone
5103931145
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

This is a combined synopsis/solicitation

This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08526Q002952 and is issued as a request for quotations (RFQ). This announcement constitutes only solicitation; quotations are being requested, and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a totally small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. All responses from interested vendors must be received on/before 0800 Pacific Time, February 27, 2026, and will be reviewed by the Government.   

The United States Coast Guard Surface Force Logistics Center has a requirement for the following:

Contractor shall provide parts requested for USCGC MORRO BAY service MDE generator load banking:

 SCOPE OF WORK

U. S. COAST GUARD CUTTER MORRO BAY

#2 MAIN DIESEL ENGINE/PROPULSION GENERATOR LOAD BANKING (CASREP RESPONSE)

SECTION 1 – GENERAL INFORMATION

1.1 Scope of Work


KTR shall provide services related providing shipboard technical support to perform Load Banking of MORRO BAY’s #2 Main Diesel Engine/Propulsion Generator, Manufacturer is Westinghouse, Characteristics 1000KW, 900VDC, 850 RPMs, and 6 Pole

1.1.2 Place of Performance:

1.1.2.1 USCGC MORRO BAY

            1055 E 9th Street

            Cleveland, OH. 44114
 

1.1.3 Contracting Officer (KO):

1.1.3.1 Name:
   Unit: MORRO BAY

            PH:

            FX: N/A
   E-mail:
 

1.1.4 Ship’s Representative:

1.1.4.1 Name: CWO Mike Hefty or CWO Greg Tarker
   Unit: SFLC-IBCT-PDM-PE
   PH: (216)577-1090 (Hefty) or (216) 937-0160 (Tarker)
   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 through the technical representative
 

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

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
Upon award contractor shall submit technicians name to MORRO BAY’s Engineer Officer and Availability Project Manger so access to CG Base Cleveland can be granted. 


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 6:00pm unless other time is specified.

132.1 Period of performance: March 30, 2026 – April 03, 2026

1.4 Award
It is the governments’ intent to make award on the basis of Lowest Price Technically Acceptable (LPTA) offered through issuance of a firm fixed price contract.

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

N/A

2.1.4 References

2.1.4.1 Coast Guard Drawings

Coast Guard Drawing 140 WTGB 101-001, Rev -, Booklet of General Notes & Details

Coast Guard Drawing 140 WTGB 201-001, Rev B, Machinery Arrangement

Coast Guard Drawing 140 WTGB (DWG) 140-WTGB-201-001, Rev B, Machinery Arrangements. 

2.1.4.2 Coast Guard Publications

Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual

Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements

Coast Guard Technical Publication (TP) 3473, SWBS 233, Section A, Mar 2022, Main Diesel Engine – Model 38D8-1/8

Coast Guard Technical Publication (TP) 3474, SWBS 235, Section A, Propulsion Motor and Generator Installation

Coast Guard Technical Publication (TP) 3475, SWBS 235, Section A, Propulsion Electric Equipment

Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 2351, 2022, Overhaul DC Generators & Motors

2.1.5 Government Furnished Equipment

2.1.5.1 NONE

2.1.6 Government Furnished Facilities

2.1.6.1 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 qualified technician, who is familiar with load banking equipment including all equipment set up

3.1.2.1 Ensure the Tech Rep has experience load banking marine generators.

3.1.2.2 Submit the name of technician to CGC MORRO BAY’s Engineer Officer and Availability Project Manager. 

3.1.3 Protective measures.  The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection).

3.1.4 Interferences.  The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the following:

• Deck plates.

• Deck framing.

• Piping.

• Handrails.

• Electrical wiring and cables/cableways.

• Miscellaneous machinery.

3.2 Contamination prevention.  The Contractor must take all precautions to prevent contamination of personnel and spaces in accordance with all applicable Federal, state, and local regulations. No fluids of any kind, including fresh water, shall be drained into any space, bilge, or exterior location.

3.3 Work plan.  The Contractor shall provide a work plan to the Contracting Officer (KO), at the time of submission, which lists all procedures, plans, and equipment the Contractor will utilize in support of flushing requirements. At a minimum, the plan shall include the following:

• Qualifications of Technicians

• Submission of equipment being used to conduct load banking

3.4 Load Banking Procedure requirements.

3.4.1 Load Banking equipment.  The Contractor shall provide all equipment required to support load banking Main Propulsion Generators in single operation (but not limited to), the following:

3.4.1.1 Load Bank(s).  Load Bank meeting the characteristics of the Main Propulsion Generator

3.4.1.2 Wiring.  Electric wiring of proper size to hook up load bank to Main Propulsion Generator (approx. 150 ft).

3.4.1.3 Portable Particle Counter.  A particle counter capable of continuously measuring fluid contamination with output in NAS code.

3.4.5 Notification.  The Contractor shall notify cutter Engineer Officer when load bank is connected to appropriate machinery. 

3.4.6 Inspector witnessing and approval.  The Contractor shall ensure that the Coast Guard Inspector is present during all load banking procedures.  The Contractor’s will submit written report upon completion of load bank of all parameters at each interval.

3.4.7 Requirements

3.4.7.1 See below table of load banking loads and timelines

Engine Speed (RPMs)

Time (min)

Main Propulsion Generator Load

Mechanical Checks

300

5

No Load

B

350

15

No Load

A,B

450

15

No Load

550

15

No Load

650

15

No Load

720

15

No Load

A, B

720

60 (1 hour)

25%

A, B

720

60 (1 hour)

37.5%

A

720

120 (2 hour)

50%

A

720

180 (3 hour)

62.5%

A

720

180 (3 hour)

75%

A

720

180 (3 hour)

87.5%

A

720

180 (3 hour)

100%

A,B

3.4.7.2 Once MDE break in period is completed contractor shall disconnect all equipment and return MPG back to original configuration. 

3.4.7.3 Wipe clean any surfaces contaminated by load bank equipment. 


SECTION 4 – CONTRACTOR FURNISHED ITEMS AND SERVICES


NONE

SECTION 5 – NOTES

5.1 Equipment operations.  Coast Guard personnel will operate all shipboard machinery and equipment during all operational testing besides the load bank. 

5.2 Cutter POC is CWO Greg Tarker, Gregory.e.tarker@uscg.mil, 216-937-0160

5.3 Cutter Availability Project Manager 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.

Updated: Feb 14, 2026
Executive summary

The US Coast Guard is seeking proposals for load banking services for the USCGC MORRO BAY’s #2 Main Diesel Engine/Propulsion Generator. The work includes providing necessary equipment and technicians familiar with marine generator load banking, with performance expected between March 30 and April 3, 2026. This opportunity is a firm-fixed-price contract set aside for small businesses, with responses due by February 27, 2026.

What the buyer is trying to do

The US Coast Guard aims to obtain commercial services to perform load banking on the USCGC MORRO BAY's main diesel generator, ensuring reliability and compliance with operational standards.

Work breakdown
  • Provide load banking equipment.
  • Conduct load banking procedures and tests.
  • Supply qualified technicians for the operation.
  • Prepare and submit a work plan detailing procedures and equipment.
Response package checklist
  • Completed pricing proposal.
  • Work plan detailing procedures and equipment.
  • List of qualified technicians with experience in load banking.
  • Proof of compliance with licensing and security requirements.
Suggested keywords
US Coast Guardload bankingmarine generator servicesMDE generatorfirm-fixed-price contract
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific contact details for the contracting officer.
  • Exact location details for the place of performance.
  • More information on the evaluation criteria beyond price.

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.