Opportunity

SAM #70Z08526Q0024137

USCGC WALNUT Thruster System Field Engineering Support Services

Buyer

USCG Surface Forces Logistics Center Procurement Branch 2

Posted

May 13, 2026

Respond By

May 19, 2026

Identifier

70Z08526Q0024137

NAICS

811210, 811212

The U.S. Coast Guard is seeking specialized field engineering support services to restore the thruster systems of the USCGC WALNUT (WLB 205) to full operational capability after overhaul. - Government Buyer: - U.S. Coast Guard, Deputy Commandant for Systems, Surface Forces Logistics Center (SFLC) Procurement Branch 2 - OEMs and Key Systems: - DECS-250 Digital Excitation Control System (OEM: Basler Electric) - AEM-2020 Analog Expansion Module (OEM: Basler Electric) - DSD-412 Drive (OEM: likely ABB or Siemens, but not explicitly named) - Vendors: - No specific vendors named; open to qualified small businesses with relevant experience - Products/Services Requested: - Field engineering support for bow and stern thruster systems - Inspection, evaluation, calibration, and tuning of DECS-250 and AEM-2020 systems - Troubleshooting and correction of thruster system faults (e.g., breaker trips, power fluctuations, DSD-412 drive issues) - Installation, programming, operational testing, and documentation (trip reports) - Unique/Notable Requirements: - Offerors must demonstrate technical capability and experience with DECS-250 and marine thruster systems - Subcontractor details must be provided if applicable - Work to be performed at Brooklyn Navy Yard, Coast Guard Yard in Baltimore, or other locations as directed - Total small business set-aside under NAICS 811210 - Place(s) of Performance: - GMD Shipyard Corp., Brooklyn Navy Yard #597, Brooklyn, NY - Coast Guard Yard, Baltimore, MD - Period of Performance: - Not to exceed 7 calendar days from award, with dates coordinated with the cutter’s Engineer Officer

Description

The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation.

This requirement consists of providing thruster system field engineering support, including calibration and programming services, in support of USCGC WALNUT (WLB 205) bow and stern thruster systems following overhaul. The contractor will perform services that include, but are not limited to, inspection and evaluation of the thruster control system, calibration and tuning of the DECS-250 digital excitation control system and associated components, and troubleshooting and correction of thruster system faults (including breaker trips, power fluctuations, and DSD‑412 drive issues). The contractor will perform all work at GMD Shipyard Corp., Brooklyn Navy Yard #597, Brooklyn, NY 11205, or at other locations as directed in the statement of work.

The period of performance shall not exceed seven (7) calendar days from the date of award. Specific dates will be coordinated with the cutter’s Engineer Officer in accordance with the statement of work.

This acquisition is a total small business set-aside under NAICS code 811210, with a corresponding small business size standard of $34.0 million. The applicable Product Service Code (PSC) is J059.

The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical capability and past performance, including the offeror’s demonstrated ability to successfully perform similar thruster control, calibration, and marine electrical field service requirements.

The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.

Offerors are encouraged to submit a narrative quotation describing their understanding of the requirement and their approach to performing the services described in the statement of work. The quotation should provide sufficient detail to allow the Government to evaluate technical capability, relevant experience (particularly with DECS‑250, AEM‑2020, and marine thruster drive systems), and any proposed use of subcontractors.

The Government will also evaluate the offeror’s proposed subcontracting approach, including the offeror’s ability to manage subcontracted effort and comply with all contract requirements.

Offerors shall identify any subcontractors proposed to perform major or critical aspects of the work under this contract. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed work. The Government will evaluate the qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.

Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific proposal format. Offerors must submit a quotation that clearly demonstrates the ability to meet the requirements of the statement of work. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.

Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with contract performance, including but not limited to labor, materials, overhead, profit, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees.

The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.

Submit all questions via email to the points of contact identified in this notice. The Government will not accept telephone inquiries.

View original listing