WMSL Propulsion Control System Upgrade
ID: 70Z08525RLREP0007Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a firm fixed-price contract to upgrade the propulsion control systems on its 418’ Maritime Security Cutter Large (WMSL) Class vessels. The project aims to align the propulsion control systems of several existing cutters with the configurations of newer vessels, ensuring operational efficiency and safety across the fleet. This initiative is critical for maintaining the operational readiness of the U.S. Coast Guard's maritime assets, with upgrades scheduled to take place at locations in Alameda, CA, Charleston, SC, and Honolulu, HI. Interested contractors must submit their proposals by July 11, 2025, and can direct inquiries to William Zittle at william.r.zittle@uscg.mil or Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a contract involving upgrades to the propulsion control systems of the U.S. Coast Guard’s 418’ Maritime Security Cutter-Large (WMSL) Class vessels. The contractor is expected to provide all necessary labor, materials, and services for system upgrades at designated locations in Alameda, CA, Charleston, SC, and Honolulu, HI, without direct government oversight of employees. Services include aligning propulsion control systems of existing cutters with newer models through equipment upgrades, operational training, and extensive testing. Key tasks encompass upgrades to components like the Human Machine Interface (HMI) and Fuel Oil Conditioning Module, among others. The contract spans five years, with specific requirements for environmental protection, safety compliance, and quality control. The contractor must also be certified by the original equipment manufacturer and maintain an adequate workforce for uninterrupted service delivery. Overall, the PWS emphasizes the importance of adhering to technical specifications while ensuring environmental and operational standards are met throughout the upgrade process.
    The document is an amendment to the U.S. Coast Guard's solicitation for the WMSL Propulsion Control System Upgrade. Issued on June 16, 2025, it signifies Administrative Amendment 001 and is centered on providing a revised Performance Work Statement. The primary focus is on updating the scope of work required for potential contractors to effectively complete the project. The deadline for proposal submission remains unchanged, ensuring that all interested parties are informed of the requirements. The amendment emphasizes the legal obligations for contractors to acknowledge receipt of this document to avoid the rejection of their offers. Overall, this amendment facilitates transparency and ensures compliance with procedural standards for government contracts, underlining the importance of communication and clear guidelines in federal procurement processes.
    The document is an amendment to a solicitation issued by the U.S. Coast Guard for the WMSL Propulsion Control System Upgrade. This amendment extends the deadline for receiving quotes/offers from July 2, 2025, at 3:30 PM Pacific Time to July 11, 2025, at the same time. The amendment is referenced as Amendment 002 and is administered by the USCG Surface Forces Logistics Center located in Alameda, California. It outlines the required acknowledgment of the amendment by contractors to avoid potential rejection of their offers. All terms and conditions from the original solicitation remain unchanged except for the specified amendment. The document emphasizes the importance of adherence to deadline stipulations and provides instructions for submitting changes to offers. Overall, the purpose of this amendment is to ensure a fair opportunity for contractors to submit their proposals.
    The document outlines the ordering periods for the WMSL Propulsion Control System upgrades, detailing various materials and training services required for several vessels. The structure classifies items by Contract Line Item Numbers (CLINs), including long lead time materials and specific training for systems installed on vessels such as the BERTHOLF, WAESCHE, STRATTON, HAMILTON, JAMES, MUNRO, KIMBALL, and MIDGETT. Each CLIN specifies quantities and pricing, with certain items set for future periods and indicating intended maintenance or upgrades, though many have no current costs associated. The purpose of this document within the context of federal RFPs is to facilitate the procurement and management of necessary equipment and training for operational readiness of U.S. Coast Guard vessels. Overall, it serves as a structured plan for acquiring essential resources to enhance the propulsion systems of these maritime assets.
    The Performance Work Statement (PWS) outlines a non-personal services contract for upgrading the propulsion control systems of the USCG’s 418’ Maritime Security Cutter Large (WMSL) Class. The upgrades will occur at three USCG homeports: Alameda, CA, Charleston, SC, and Honolulu, HI. The contractor is responsible for supplying all necessary materials and labor to align the existing systems of several cutters with the as-delivered configurations seen in newer vessels. The project entails a comprehensive upgrade of systems, including the Main Propulsion Diesel Engines and its ancillary equipment, emphasizing operational testing and reporting. Key tasks include upgrading the MGT Human Machine Interface, MPDE Governor Control System, and fuel oil conditioning modules, among others. A significant component is the operational training of the cutter crews to ensure proficient use of upgraded systems. The project spans five 12-month ordering periods and follows strict environmental protection protocols adhering to federal, state, and local laws. The contractor must ensure compliance with safety, environmental standards, and quality control measures, alongside appointing an Environmental Manager to oversee adherence to environmental regulations. Overall, this initiative reflects the USCG’s commitment to modernizing its fleets while maintaining robust operational readiness and compliance.
    The document outlines the Past Performance Information Form associated with RFQ# 70Z08525RLREP0007, essential for assessing contractors' qualifications in federal contracting. It requires offerors to provide detailed information about previously completed projects, including the contract number, customer details, contact information, total project value, and the performance period. The form is designed to capture the scope of work performed, demonstrating relevance to the solicitation requirements. Additionally, it asks for information about any subcontractors used, including their roles and the financial value of their contributions. This structured approach aims to ensure that potential contractors have the necessary experience and capabilities to fulfill the solicitation's demands, reflecting a standardized method for evaluating past performance in federal and local RFPs.
    The document outlines the protocol for submitting questions related to the Request for Proposal (RFP) for upgrading the Propulsion Control System of the U.S. Coast Guard's WMSL vessels. Offerors are required to submit inquiries in writing using the designated “Request for Clarification” form, ensuring that each question pertains to a single query. Both technical and contractual questions should be addressed via email to specified Contract Specialists and the Contracting Officer. The RFP number associated with this solicitation is 70Z08525RLREP0007. The document emphasizes the importance of following the specified submission guidelines for efficient processing of inquiries. This structured approach aims to facilitate clear communication between offerors and the contracting authorities, ensuring that all queries are documented and responses accurately provided to enhance proposal clarity and compliance with procurement requirements.
    The Government Property Report outlines the responsibilities of a contractor regarding property management during the execution of contract number 70Z08525. The contractor is required to maintain detailed records of all government property received, including type, value, date of receipt, installation, and current location. Additionally, it specifies the necessity for disposition instructions for various property types such as serviceable, salvage, and scrap. The document includes sections for both the property administrator and the contractor to certify the accountability of the property provided, indicating whether it has been consumed or is awaiting proper disposition. This report must accompany the contractor's final invoice, ensuring that all property is accounted for and that any necessary instructions for unused, serviceable, or salvage property are clearly defined. This structured approach facilitates compliance with government regulations on property management within federal contracts.
    The Department of Homeland Security's Non-Disclosure Agreement (NDA) serves to regulate access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive but Unclassified (SBU) information. Signatories must acknowledge their understanding and commitment to comply with relevant regulations, including the Critical Infrastructure Information Act of 2002. The NDA stipulates that individuals granted access are responsible for safeguarding the information, preventing unauthorized disclosures, and returning all materials upon completion of their engagement. Violations may lead to penalties, including loss of access to sensitive information and potential legal consequences. Furthermore, the agreement emphasizes reporting any security violations and ensures that obligations persist beyond the contract’s duration. This NDA is critical in ensuring that sensitive government information remains protected, aligning with governmental priorities in information security and compliance with federal standards.
    The document details the WMSL Propulsion Control System Upgrades, describing a project structured into five ordering periods with various job components. The upgrade includes the provision of long lead time materials and training services with specific jobs allocated for multiple vessels, including the BERTHOLF, WAESCHE, STRATTON, HAMILTON, JAMES, MUNRO, KIMBALL, and MIDGETT. The document outlines the quantities and unit prices for these jobs, although prices are not provided, indicating potential placeholders. The planning reflects a systematic approach to enhance propulsion control systems across designated military vessels, demonstrating logistical organization in federal contracting and procurement practices. This document serves as a framework for assessing service capacity and budget implications associated with the propulsion system advancements.
    The Performance Work Statement (PWS) outlines a non-personal services contract for upgrading the propulsion control systems of the United States Coast Guard's (USCG) 418’ Maritime Security Cutter Large (WMSL) Class vessels. The service will be delivered across three locations: Alameda, CA, Charleston, SC, and Honolulu, HI. The contractor is responsible for all associated labor, materials, and services and must conduct operational tests, providing Condition Found Reports post-testing. The goal is to align propulsion systems on various USCG cutters with newer configurations seen on vessels like the CALHOUN and FRIEDMAN. The contract details specific upgrade tasks for multiple components, including upgrades to the Main Propulsion Diesel Engines (MPDEs) and Gas Turbines, and encompasses operational training and deliverables. The contract spans five years with potential task orders, emphasizing adherence to federal, state, and local environmental regulations. Compliance with safety standards and the provision of an Environmental Manager is mandated. The PWS underscores the significance of maintaining operational integrity and safety while ensuring all contractor personnel are trained and equipped per OSHA standards. Overall, this PWS exemplifies the government’s commitment to enhancing fleet capabilities through systematic upgrades while prioritizing safety and environmental protection.
    The document outlines a Past Performance Information Form associated with RFQ# 70Z08525RLREP0007, which is a standard requirement for government contractors to demonstrate their previous work. Key components include the offeror's name, contract details, customer information, and the total dollar value of the work performed, including any growth. The form requires specifics on the work carried out and the relevance to the current solicitation, as well as information on any subcontractors involved, including their roles and the financial value of each subcontract. This structured approach evaluates past performance to assess the capability and reliability of contractors, ensuring that they meet the necessary standards for future government contracts. Overall, the document serves as a vital tool in the evaluation process of contractors for federal and local government engagements, emphasizing accountability and transparency in public procurement.
    The document serves as a Request for Clarification for the USCG WMSL Propulsion Control System Upgrade solicitation, referencing RFP No. 70Z08525RLREP0007. It outlines the process for offerors to submit both contractual and technical questions regarding the solicitation. Questions must be submitted in writing using the provided "Request for Clarification" form, with each question on a separate form that includes the offeror's firm name. Submissions should be directed via email to designated contract specialists and a contracting officer listed in the document. The structure consists of a header introducing the purpose, followed by specific instructions on submitting inquiries. The document emphasizes the importance of clear communication in the RFP process to ensure that potential offerors have the necessary information to prepare their proposals accurately. This request aligns with typical federal procurement practices, emphasizing transparency and clarity in government solicitations.
    The Government Property Report outlines the responsibilities of the contractor regarding the management of government property during the contract's performance. It requires the contractor to document each property item received, including its type, value, acquisition date, and current location. The report also mandates the contractor to adhere to specific disposition instructions for various property conditions, such as serviceable, salvage, or scrap. Key sections of the report involve certifying that all property has been accounted for, noting whether it was used or disposed of as instructed. The contractor must sign the report and ensure it accompanies the final invoice. This document is integral for maintaining accountability and compliance in the use of government property within the framework of federal contracts and grants. The structured format facilitates precise tracking and reporting of government assets, which is essential for sound financial management and oversight in government operations.
    The Department of Homeland Security's Non-Disclosure Agreement (NDA) governs the conditional access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive but Unclassified (SBU) data. The signatory must acknowledge their understanding and compliance with established legal standards, including the Critical Infrastructure Information Act of 2002 and associated regulations. They are required to protect this sensitive information from unauthorized access and to report any security violations. The agreement imposes strict obligations concerning the handling, safeguarding, and return of information upon the conclusion of duties or upon request. Provisions related to the confidentiality of PCII, SSI, and SBU information stress the importance of authorized disclosure and the serious consequences of violations, which may include administrative or criminal action. The NDA remains in effect until formally released by the Department. The document ensures that all participants, including employees and contractors, understand their responsibilities and the legal implications of accessing sensitive information in the interest of national security.
    The document is a U.S. Coast Guard (USCG) solicitation for a firm fixed price contract entitled "WMSL Propulsion Control System Upgrades," aimed at upgrading propulsion control systems on 418' Maritime Security Cutter Large (WMSL) Class cutters from hulls 750 to 758. The solicitation allows for proposals from small businesses and is structured in accordance with FAR guidelines. Key points include the requirement for alignment of all hardware and software with the most recent cutter configuration, specifics regarding parts and data rights ownership retained by the Original Equipment Manufacturer, and details about the contract execution over a performance period spanning five years. The solicitation also outlines administrative details, including delivery locations, invoicing procedures, and the necessity for progress assessments. Given its nature, this document falls under the category of government RFPs, focusing on efficient procurement for upgraded services, emphasizing compliance with federal contracting regulations, particularly for small and disadvantaged business participation. The USCG seeks to ensure rigorous inspection and quality controls throughout contract execution to maintain safety and operational efficiency.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) for Fiscal Year 2026. The project entails the renewal of the 1 (Starboard) Main Diesel Engine, which may involve either a complete assembly replacement or a component-based build-in-place approach, adhering to detailed specifications and standards outlined in the associated documentation. This renewal is critical for maintaining the operational readiness and performance of the vessel, which plays a vital role in maritime safety and security. Interested parties can reach out to Monica Paul at monica.w.paul@uscg.mil or by phone at 206-815-3361 for further details regarding the procurement process.
    USCGC Sturgeon Bay MPCMS Grooming
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor services for the grooming of the Machinery Plant Control-Monitoring System (MPC-MS) aboard the Cutter Sturgeon Bay (WTGB-109). The primary objective is to conduct a comprehensive inspection, grooming, and verification of the MPC-MS to ensure operational readiness, which includes tasks such as hardware inspection, correcting wiring discrepancies, calibrating sensors, and performing operational testing across various systems. This project is critical for maintaining the functionality and safety of the cutter's systems, with the period of performance scheduled for January 5-9, 2026. Interested contractors can reach out to Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    USCGC James Steering Actuator Overhaul
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform an overhaul of the steering actuator assembly for the Cutter JAMES. The project entails comprehensive tasks including the provision of OEM-authorized technical representatives, conducting initial and post-repair operational tests, and ensuring strict adherence to cleanliness and safety standards during the overhaul process. This work is critical for maintaining the operational integrity of the vessel's steering system, which is essential for safe navigation and mission readiness. The performance period is scheduled from January 5 to January 15, 2026, at the CGC JAMES FLETC Base in North Charleston, SC. Interested parties can contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    J&A FY23 USCGC HAMILTON and WAESCHE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the Justification and Approval (J&A) related to the FY23 maintenance of the USCGC HAMILTON and WAESCHE. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. The selected contractor will be responsible for ensuring that these vessels are properly serviced and repaired to meet the Coast Guard's stringent operational standards. Interested parties can reach out to LaToya Sorrell at Latoya.N.Sorrell@uscg.mil or by phone at 757-628-4644, or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil or 757-441-7036 for further details.
    Weapons Management System (WMS) New Buys
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement emphasizes the need for new, traceable parts from Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality standards for installation on U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics, with a closing date for offers set for December 19, 2025, at 2:00 PM EST. Interested vendors should direct their quotations to Amy Whitehurst via email, ensuring to reference the solicitation number in the subject line.