Opportunity
SAM #52000QR260024500
USCGC ESCANABA Pelorus Mounted Course Heading Indicator Replacement
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
April 23, 2026
Respond By
May 13, 2026
Identifier
52000QR260024500
NAICS
336611, 334511
The US Coast Guard Surface Forces Logistics Center (SFLC) Procurement Branch 1 is seeking to procure a replacement Pelorus Mounted Course Heading Indicator for the USCGC ESCANABA: - Government Buyer: - Department of Homeland Security, US Coast Guard, SFLC Procurement Branch 1 (Norfolk, VA) - Product Requested: - Pelorus Mounted Course Heading Indicator - NSN: 6605-00-879-3302 - Part Number: 18780-912-B - Quantity: 1 (implied by context) - OEMs and Vendors: - No specific OEM named; open to qualified manufacturers able to supply the required part - Vendors must provide product data sheets and detailed cost breakdowns for technical review - Notable Requirements: - Product must address a critical deficiency in the ship's navigation system - Delivery required onboard USCGC ESCANABA in Portsmouth, VA - Compliance with REAL ID for base access - Registration in SAM.gov required - Set aside for small businesses under NAICS 336611 (Ship Building and Repairing)
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 a 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 STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUESTS 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
BACKGROUND AND CURRENT OBSERVED ISSUES:
A recent inspection of the mounted Course Heading Indicator aboard CGC ESCANABA has revealed a critical deficiency. The indicated direction is spinning erratically and does not accurately reflect the ship's course. Troubleshooting performed included swapping port to starboard (and vice-versa) to rule out a potential input signal issue from a specific pelorus mount. 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.
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
SCHEDULING
Upon award of the Purchase Order (PO), the cutter’s designated representative will coordinate directly with the contractor to schedule the delivery of the part.
REQUESTED DATE OF DELIVERY:
December 15, 2026
PLACE OF PERFORMANCE
The primary place of performance shall be onboard CGC Escanaba located at the following 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
SECURITY REQUIREMENTS
All contractor personnel requiring access to the place of performance must possess a valid-state issued REAL ID-compliant driver’s license or identification card, or an acceptable alternative as defined by the Department of Homeland Security (DHS) https://www.dhs.gov/real-id. It is the contractor’s responsibility to ensure all personnel are properly credentialed. Failure to comply may result in delays and will not be considered an excusable delay.
Interested vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall include a detailed cost breakdown with all specifications for review by a technical representative.
NOTE: The USCG/Government reserves the right to award on an All or None basis, i.e., to issue a Purchase Order (PO) to the offeror with the lowest aggregate price rather than to each lowest quotation per item.
Evaluation criteria are outlined in FAR 52.212-2, with the following addenda:
Award will be based on the most advantageous and best value to the Government, considering price and other factors, with a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.
Please provide any warranty information. Vendors MUST be registered in www.sam.gov.
The USCG/Government intends to award a purchase order to the responsible contractor whose quote conforms to the solicitation and offers the best value.
Interested offerors should submit a firm fixed price quotation on company letterhead including: Cost Breakdown Unit Cost Extended Price Total Price Payment Terms Discount for prompt payment Company UEI and Cage Code
Quotes are due no later than MAY 13, 2026 at 09 A.M. Eastern Standard Time. Send via email to the Contracting Officer, Sean W Hoy and T S Ford at Sean.W.Hoy@uscg.mil and Timothy.S.Ford@uscg.mil.
Questions should be directed to the Contracting Officer at the same email addresses.
The following FAR clauses and provisions apply:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) with Alt I (Nov 2021) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Nov 2023) 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) FAR 52.204-7 – System for Award Management (Nov 2024)
The following clauses, as applicable, shall also apply: FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2025) FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) FAR 52.225-1 - Buy American Supplies (Oct 2022) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Feb 2021) 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: Please review the attached FAR Clause Matrix for all applicable clauses.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation includes FAR Clause 52.204-7 and FAR Provision 52.204-8. Contractors must complete electronic annual representations and certifications via SAM at https://www.sam.gov prior to submitting a quote. Ensure completion prior to submission. Additional provisions may be required based on updates in SAM.