Request for Infromation (RFI) - U. S. COAST GUARD POLAR SECURITY CUTTER (PSC) PROJECT RESIDENT OFFICE PASCAGOULA (PROPGLA) TECHNICAL SUPPORT SERVICES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard (USCG) Project Resident Office Pascagoula (PROPGLA) is conducting market research through a Request for Information (RFI) to identify qualified contractors for Technical Support Services for the Polar Security Cutter (PSC) Acquisition Program in Pascagoula, MS. This RFI aims to understand industry capabilities for a potential future contract. Responses are due by June 10, 2026.
Scope of Work
The USCG PROPGLA seeks contractor support for acquisition, logistics, configuration management, quality assurance, technical program management, government property management, test plan management, data management, and related technical support. Services will include on-site and surge support at PROPGLA facilities in Pascagoula, MS, and potentially remotely. Key tasks involve oversight of ship construction, management of government-furnished equipment and materials, support for testing and validation, and assistance with project and logistics management throughout the PSC production cycle. Personnel must be able to work in office and industrial environments and meet applicable security clearance requirements (SECRET facility and personnel clearances).
Specific areas of expertise required include Quality Assurance (QA), C5I Systems Technical Subject Matter Expertise (SME), Engineering Technical Program Management, QA Process and Deficiency Records Management, Acquisition and Life Cycle Logistics, Configuration Management (CM), Government Furnished Equipment (GFE) Property Management, Project Management, Test Plan Management, Test Verification and Validation, Data Management, and Government Furnished Material (GFM) Management.
Information Requested
Respondents are asked to provide detailed information on:
- Company details (UEI, socioeconomic status, POCs).
- Existing government contracts (GWACs, strategically sourced).
- Recommended contract types for this work.
- Experience with shipyard-specific software platforms.
- Knowledge transfer and documentation management practices.
- Experience in government/military shipbuilding projects.
- Quality assurance practices, including NAVSEA standards compliance and personnel credentials (e.g., NAVSEA inspector).
- Experience with Integrated Logistics Support products and Human Systems Integration reviews.
- Experience supporting shipboard testing of equipment and integrated systems.
- Any general comments or feedback.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Future Contract Period: Five (5) years, with an estimated start date of January 2027. The Draft SOW indicates a period of performance of twelve (12) months with four (4) one-year option periods for the actual services.
- Set-Aside: None specified (market research stage).
- Response Due: June 10, 2026, 22:00 UTC.
- Published: May 11, 2026.
Additional Notes
This RFI is for market research purposes only and is not a solicitation. No proprietary, classified, confidential, or sensitive information should be submitted. Failure to respond may impact consideration for future solicitations, particularly regarding set-asides. Potential offerors are responsible for monitoring SAM.gov for future announcements. Contact: Adam Muhsin (adam.b.muhsin@uscg.mil).