SPECIAL NOTICE
J -- USCGC Polar Star Woodward Governor Controls
- Notice Date
- 11/18/2025 10:11:13 AM
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08525Q0000857
- Response Due
- 11/21/2025 8:00:00 AM
- Archive Date
- 12/06/2025
- Point of Contact
- Justin Wooldridge, Phone: 2068205327, Lindsay Mongiovi, Phone: 5716086752
- E-Mail Address
-
justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil
(justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is for informational purposes only. This has been awarded via JOTFOC TECHNICAL SERVICES USCGC POLAR STAR (WAGB-10) � Z14501 SERVICES FOR WOODWARD GOVERNOR CONTROLS Objective. The objective of this requirement is to restore full capabilities to the Woodward governor control equipment for the #2 Main Gas Turbine (MGT). Specifics of the equipment are the following: LQ25 Valve Actuator, Part # 9907-995 Previous Unit: Serial # 17923576 Installed Unit: Serial # 17926022 Digital Valve Positioner, Part # 8200-507 Installed Unit: Serial # 22672252 970) 482-5811 References. For any listed references to be distributed, the contractor must be registered in the Joint Certification Program (JCP) through Defense Logistics Agency (DLA) and provide your JCP number and expiration date to the listed point of contact (POC) for this work.? United States Coast Guard Technical Publication: 4390-234-A, GAS TURBINE PROPULSION SYSTEM COMDTINST 9077.1 (series), Equipment Lockout/Tags-Plus Process Background. This requirement is for the contractor to provide a certified Original Equipment Manufacturer (OEM) technician to perform field troubleshooting on governor control components for the Main Gas Turbine, products of Woodward. When approaching 3600 RPM on the N3 rotor, the turbine controls perform an emergency stop due to a Fuel Driver Fault. The ship�s technicians performed extensive field troubleshooting to attempt resolution of system issues with negative results. The ship technicians replaced the digital valve positioner and LQ-25 with on-board spares. With remote guidance from Woodward technicians, the crew attempted initial set up and configurations, but system remains inoperable due to unfamiliarity with equipment specifics, i.e. diagnostic software used to program components, verifying installation and calibration set up, etc. Tasks. The contractor shall provide labor services and technical expertise for the Woodward LQ25 Valve Actuator, which includes but may not limited to: Coordinate field visit and base access 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. Conduct an initial and final operational test of equipment. USCG personnel will operate all shipboard machinery and equipment. USCG personnel will secure and tag applicable equipment prior to the start of any work. If unable to perform an initial operational test due to equipment issues, the requirement may be waived only by the USCG Technical Points of Contact listed in this SOW. The final operational test must be performed to demonstrate satisfactory operation of equipment and resolution of issues. Observe safety precautions when working with electrical and electronic equipment. Failure to comply exposes personnel to the danger of electrical shock and personal injury. In accordance with applicable references, the contractor shall groom the Woodward components to identify and correct issues with the equipment for #2 Main Gas Turbine. 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. Provide an invoice and trip report including at least the following: service dates and location, issue description with any errors/symptoms, 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. Government Furnished Property. None. Security Requirement. Base access is required. The contractor shall have a valid government issued ID (or driver�s license) and show proper identification at the security gate. The contractor must provide information at least 48 hours in advance for security to process access requests. A USCG representative from the ship or SFLC Product Line can sponsor and escort vendor to the ship. Place of Performance. USCGC POLAR STAR at USCG Base Seattle. Address: 1519 Alaskan Way S, Seattle, WA 98134 Period of Performance. 19-20 November 2025 Technical Points of Contact. USCG-SFLC-LREPL, Asset Manager: LT Mikael Axelsson, Mikael.J.Axelsson@uscg.mil, (571) 607-1134 USCGC POLAR STAR, Engineer Officer: LCDR Josh Herring, Joshua.C.Herring@uscg.mil USCGC POLAR STAR, Main Propulsion Assistant: CWO Matthew Tuten, Matthew.R.Tuten@uscg.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9ee90b7bf6f443a8abfd7edac646ac1e/view)
- Place of Performance
- Address: Seattle, WA 98134, USA
- Zip Code: 98134
- Country: USA
- Zip Code: 98134
- Record
- SN07644630-F 20251120/251118230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |