Active Solicitation · DEPARTMENT OF HOMELAND SECURITY

    52000QR260024500 USCGC ESCANABA THE PELORUS MOUNTED COURSE HEADING INDICATOR

    Sol. 52000QR260024500Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)NORFOLK, VA
    Open · 20d remaining
    DAYS TO CLOSE
    20
    closes May 13, 2026
    POSTED
    Apr 23, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    J020
    Product & service classification

    AI Summary

    The US Coast Guard is seeking quotes for the Pelorus Mounted Course Heading Indicator for the USCGC Escanaba. This procurement is a total small business set aside and will be awarded based on the best value to the government. Quotes are due by May 13, 2026, and must include a detailed cost breakdown.

    Contract details

    Solicitation No.
    52000QR260024500
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 23, 2026
    Response Deadline
    May 13, 2026
    NAICS Code
    336611AI guide
    PSC / Class Code
    J020
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Timothy ford
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    product

    Description

    52000QR260024500 USCGC ESCANABA The Pelorus Mounted Course Heading Indicator

    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260024500 USCGC ESCANABA The Pelorus Mounted Course Heading Indicator

     This procurement will be processed in accordance with FAR Part 12.

    The North American Industry Classification System (NAICS) is 336611 - Ship Building and Repairing. This is total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.


    THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

    The contractor shall provide 52000QR260024500 USCGC ESCANABA The Pelorus Mounted Course Heading Indicator

    Statement of Work (SOW)

    USCGC ESCANABA DISCREP 25027 PELORUS: Parts

    1. BACKGROUND AND CURRENT OBSERVED ISSUES:

    A recent inspection of the mounted Course Heading Indicator aboard CGC ESCANABA has revealed critical deficiency. The indicated direction is spinning erratically and does not accurately reflect the ship's course. Troubleshooting Performed: Swapped Port to Starboard (and vice-versa): To rule out a potential input signal issue from a specific pelorus mount, the Port was swapped with the Starboard. The erratic spinning behavior followed the indicator, indicating the issue resides within the unit itself and is not related to the input signal from the respective pelorus mounts.  The Pelorus Mounted Course Heading Indicator is exhibiting unstable and erratic heading readings. They have communicated the need for procurement. A 270-foot cutter, such as the CGC ESCANABA, relies on an operational course heading indicator for safe navigation to conduct law enforcement and search and rescue missions.

    1. OBJECTIVES:

    The objective of this Statement of Work (SOW) is to procure the necessary part for a qualified technical company. The ultimate goal is to restore the Course Heading Indicator to a safe, fully operational status.

    The Pelorus Mounted Course Heading Indicator

    NSN- 6605-00-879-3302

    PART NUMBER- 18780-912-B

    1. SCHEDULING

    Upon award of the Purchase Order (PO), the cutter’s designated representative will coordinate directly with the contractor to schedule the delivery of part.

    1. REQUESTED DATE OF DELIVERY:

    December 15, 2026

    1. PLACE OF PERFORMANCE

    The primary place of performance shall be onboard CGC Escanaba located at below address:

    CGC ESCANABA

    Attn to: EM Shop and Nav BMs

    4000 Coast Guard Blvd

    Portsmouth, VA 23703

    Contracting Officer Technical Representative (COR):

    LT Wade Giarratano, EO

    Cell: (206) 820 4577

    Email: Wade.I.Giarratano@uscg.mil

    1. SECURITY REQUIREMENTS

    All contractor personnel requiring access to the place of performance in order to perform work under this contract must possess a valid-state issued REAL ID-compliant driver’s license or identification card, or an acceptable alternative form of identification as defined by the Department of Homeland Security (DHS) [https://www.dhs.gov/real-id]. It is the contractor’s responsibility to ensure that all personnel are properly credentialed to gain base access. Failure to comply with access requirements may result in delays to performance and will not constitute an excusable delay.

    Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review.  Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.

    NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.

    As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:

    Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

           1. Please provide any warranty information.
           2. Vendors MUST be registered in www.sam.gov

    The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.

    Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation in conjunction with attached statement of work that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:

    (1) Cost Breakdown

    (2) Unit Cost

    (3) Extended Price

    (4) Total Price

    (5) Payment Terms

    (6) Discount offered for prompt payment

    (7) Company Unique Entity ID (UEI) and Cage Code..
     


    Quotes must be received no later than MAY 13, 2026 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Hoy, Sean W CWO-2 USCG SFLC (USA) and  Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil and Sean.W.Hoy@uscg.mil.

    Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, Hoy, Sean W CWO-2 USCG SFLC (USA) and Tim Ford at email address Sean.W.Hoy@uscg.mil and  Timothy.S.Ford@uscg.mil.

    The following FAR Clauses and Provisions apply to this acquisition:

    • FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
    • FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
    • FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov.
    • FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda.
    • FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
    • FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov.
    • FAR 52.204-7 – System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.

    The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:

    • FAR 52.222-3 - Convict Labor (Jun 2003)
    • FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126).
    • FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
    • FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
    • FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
    • FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
    • FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83).
      (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
    • FAR 52.233-3 - Protest After Award (Aug 1996)
    • FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)

    NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.

    *The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.

    NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

    This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.

    System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).

    Key dates

    1. April 23, 2026Posted Date
    2. May 13, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    52000QR260024500 USCGC ESCANABA THE PELORUS MOUNTED COURSE HEADING INDICATOR is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.