Skip to content
Department of Homeland Security

USCGC POLAR STAR WINDINGS EVALUATION

Solicitation: 70Z08526Q003195
Notice ID: f119dcda0ed44087857bb872d3e0e8dc
TypeSpecial NoticeNAICS 336611PSCJ020Set-Aside8ANDepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateCAPostedFeb 19, 2026, 12:00 AM UTCDueFeb 23, 2026, 04:00 PM UTCCloses in 1 days

Special Notice from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 23, 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 $20,341,046,444 • Share 52.1%
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.
52.1%
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 CA
Live POP
Place of performance
Benicia, California • 94510 United States
State: CA
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

NOTICE OF INTENT TO SOLE SOURCE 70Z08526Q003195

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 TECO WESTINGHOUSE, 5100 N. IH35, Round Rock, TX, 78681 United States.

USCG SFLC requires: USCGC POLAR STAR generator testing and assessment.

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 2090. 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 70Z08526Q003195. 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 23, 2026, to Ms. Oneal at donna.j.oneal@uscg.mil

The interested parties bear full responsibility to ensure complete transmiss

TECHNICAL SERVICES

USCGC POLAR STAR (WAGB-10) – Z14501

ASSESSMENT OF #2 SHIP SERVICE GENERATOR

  1. Objective. The objective of this requirement is to conduct an inspection and assessment of the #2 ship service generator (750 KW, 450 VAC, 720 RPM) on USCGC Polar Star.

  1. References.
    1. USCG Technical Publication 4397A_311_B, SHIP SERVICE DIESEL GENERATOR (SSDG) – GENERATOR
    2. USCG SFLC Standard Specification 3020, OVERHAUL AC ELECTRICAL MOTORS
    3. COMDTINST 9077.1 (series), Equipment Lockout/Tags-Plus Process
    4. American National Standards Institute (ANSI/EASA) AR100, 2015, Recommended Practice for the Repair of Rotating Electrical Apparatus
  2. Background. This requirement is for the contractor to conduct an in-depth inspection and assessment of the #2 ship service generator on USCGC Polar Star (WAGB-10) and USCGC Polar Sea (WAGB-11). Ship’s crew identified visibly burnt field winding poles following an overheat condition due to failed components in saltwater cooling system. The ship’s crew technical expertise and onboard equipment is insufficient to conduct a comprehensive damage assessment to identify required repairs.

  1. Tasks. The contractor shall provide labor services and technical expertise to assess #2 ship service generator, of which includes but may not be limited to:
    1. Coordinate field visit with provided points of contact for an Original Equipment Manufacturer (OEM) certified technical representative. Services must be conducted in the presence of designated USCG personnel. Specific location instructions will be provided once Contractor receives approval for services by a warranted Contracting Officer (KO).
    2. USCG personnel will operate all shipboard machinery and equipment. USCG personnel will secure and tag applicable equipment prior to the start of any work. Due to known equipment damage, an initial and final operational test of equipment is not advised and required.
      1. Observe safety precautions when working with electrical and electronic equipment. Failure to comply exposes personnel to the danger of electrical shock and personal injury.
    3. In accordance with applicable references listed in section 2 of this document, and according to OEM standards, the Contractor shall perform a groom for the ship service generator on USCGC Polar Star and USCGC Polar Sea. The assessment on USCGC Polar Star is to identify the full extent of damage to the equipment and recommended repair options. The assessment on USCGC Polar Sea is to identify the existing condition of the equipment to identify necessary shop work if used as a replacement unit on USCGC Polar Star.
      1. The Contractor must provide all instruments and equipment to perform inspection and evaluation. Prior to field visit, the Contractor must specify power requirements for all equipment to be used. USCG will coordinate providing power sources.
    4. Any additional material and labor (and associated costs) outside the scope of the field visit, or above the not to exceed price, must receive approval from a warranted Contracting Officer (KO) prior to proceeding. The Contractor shall submit a Condition Found Report.
    5. Provide an invoice and trip report including at least the following: service dates and location, issue description with any errors/symptoms, inspection and troubleshooting steps, findings, resolution, and recommendations (if any). If parts are needed for additional work, the contractor must provide part number, the quantity needed, price per unit, lead time, and potential source(s) with contact information.

  1. Government Furnished Property.
    1. None.

  1. Security Requirement. Government facility access is required. Contractor shall have a valid government issued ID (or driver’s license) and show identification at the security gate. A Coast Guard representative from the cutter or Product Line will sponsor and escort vendor to the cutter.

  1. Place of Performance. The Contractor shall coordinate travel for services to the following locations:
    1. USCGC Polar Star: Hobart, Tasmania, Australia
    2. USCGC Polar Sea: Suisun Bay Reserve Fleet, 2595 Lake Herman Rd, Benicia, CA 94510

  1. Period of Performance. 23-February to 20 March 2026

  1. Points of Contact.
    1. USCG-SFLC-LREPL, Asset Manager: LT Mikael Axelsson, Mikael.J.Axelsson@uscg.mil, 571-607-1134
    2. USCGC POLAR STAR, Engineer Officer: LCDR Joshua Herring, Joshua.C.Herring@uscg.mil
  2. Photos.
    1. Data nameplate for #2 ship service generator on USCGC Polar Star.

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.