Loading...
52000PR260024754
Response Deadline
May 17, 2026, 6:00 PM(EDT)10 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation for Commercial Services
Solicitation Number: 52000PR260024754 (Request For Quote - RFQ) This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by U.S. Coast Guard, Surface Forces Logistics Center (SFLC). Firm Fixed Price Purchase order. This solicitation is a total small business set-aside. *Evaluation Quotes will be evaluated based on the following factors: Technical Capability: The offeror’s ability to perform the services described in the Performance Work Statement. Past Performance: The offeror’s record of relevant and recent past performance. Price: Fair and reasonable pricing.
For any questions regarding this solicitation, please contact: Contracting Officer: Joshua Richardson Email: Joshua.C.Richardson2@uscg.mil. Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil. The subject line of the email should include the solicitation number: 52000PR260024754.
Technical Questions
For any technical questions regarding this solicitation, please contact:
Name: Mitchell Sabo
Email: Mitchell.T.Sabo@uscg.mil
SCOPE OF WORK (SOW)
1. General Information
Unit: National Motor Lifeboat School Asset Type: 47 MLB-C Hull Number: 47283/47284 Location of Work:
Period of Performance Dates: Within 30 days of contract award. Equipment Details:
Unit POC: MKCS Matthew Neff Phone: 609-576-1834 Email: Matthew.C.Neff@USCG.mil
2. Background
The port main diesel engines aboard MLB 47283 and MLB 47284 have both experienced operational failures resulting in a loss of compression; specifically on the #1 cylinder. To restore these assets to full mission capability, a qualified contractor is required to perform a targeted top-end and cylinder rebuild on the #1 cylinder for both Cummins QSC 8.3 engines, as well as conduct a thorough inspection of the remaining cylinders. The vessels will be hauled out locally, and the engines will be removed by USCG personnel and staged on temporary blocking for contractor pickup.## 3. Scope of Work Requirements
The contractor shall provide all necessary personnel, labor, materials, and tools for the disassembly of the QSC 8.3 engine(s) for the replacement of the #1 cylinder assembly on both engines. Follow on inspections of cylinders 2 through 6 and all other internal components shall be performed during the disassembly of both engines. 3.1 Contractor Responsibilities
*
Note: The contractor shall coordinate with the USCG POC to commence work on both engines at the location of the NMLBS, Illwaco, WA.
4.0 Government Responsibilities
5.0 Safety and Facility Compliance
4. Condition Found Report (CFR) Requirement
While this SOW prescribes the rebuild of the #1 cylinder, the contractor must halt work and submit a formal Condition Found Report (CFR) if they discover damage beyond the scope of the Work Item. This includes:
No additional work outside the approved Scope of Work shall be performed without written authorization from the Government. Unauthorized work will not be reimbursed.
5. Materials & Parts
The contractor shall provide all necessary materials, parts, and consumables to complete the repairs. 5.1 OEM Requirement: All replacement parts must be new, Original Equipment Manufacturer (OEM) Cummins parts. The use of aftermarket, used, or refurbished parts is strictly prohibited unless providing a factory-remanufactured OEM cylinder head. 5.2 Required Components: At a minimum, the following components shall be renewed (replaced) for the #1 cylinder on both engines:
5.3 Consumables and Fluids: The contractor shall provide all required shop consumables (sealants, lubricants, rags) and all operating fluids (OEM-specified engine oil and marine coolant) required to replenish the engines to normal operating levels post-repair.
6. Testing & Acceptance
To verify restored compression, absence of leaks, and proper operation across the full RPM range, the contractor shall satisfy the performance testing requirement using one of the following two options:
7. Deliverables
8. Environmental & Safety Compliance
5.1 Regulatory Compliance: The contractor shall comply with all applicable federal, state, and local environmental, health, and safety laws and regulations, including but not limited to those from the Occupational Safety and Health Administration (OSHA) and the Environmental Protection Agency (EPA). 5.2 Worksite Safety: The contractor is solely responsible for the safety of its personnel and for maintaining a safe work environment. The contractor shall take all necessary precautions to prevent damage to government personnel and property. 5.3 Hazardous Materials: The contractor shall be responsible for the proper handling, storage, and disposal of all hazardous materials, including used oil, coolant, solvents, and cleaning agents, in accordance with all regulations. A spill prevention and response plan must be in place. 5.4 Personal Protective Equipment (PPE): The contractor's personnel shall be equipped with and use appropriate PPE at all times while performing work under this contract. 5.5 Site-Specific Rules: The contractor shall adhere to all site-specific safety and environmental regulations when working at the designated haul-out facility or at the National Motor Lifeboat School..
Invoicing
It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
FAR Clauses
This order is subject to but is not limited to the following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services. 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services. 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. *Service-Specific Clauses (Added for Services):** 52.222-41 Service Contract Labor Standards (formerly Service Contract Act). *(Required for service contracts over $2,500).* 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts). 52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
Joshua Richardson
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
SFLC PROCUREMENT BRANCH 3(00040)
SFLC PROCUREMENT BRANCH 3(00040)
2401 HAWKINS PT RD. BLDG 31 MS 26
BALTIMORE, MD, 21226
NAICS
Ship Building and Repairing
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)