Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
SOLICITATION NOTICE

28 -- 52000QR250020289 USCGC BEAR SHIPS SERVICE DIESEL GENERATOR OVERHAUL KIT AND LINE BORE INSPECTION

Notice Date
7/15/2025 9:09:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
33661 —
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
52000QR250020289
 
Response Due
8/4/2025 6:00:00 AM
 
Archive Date
08/19/2025
 
Point of Contact
Timothy ford, Karla P. Balint
 
E-Mail Address
timothy.s.ford@uscg.mil, karla.p.balint@uscg.mil
(timothy.s.ford@uscg.mil, karla.p.balint@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This requirement includes a brand-name only materials and/or services as outlined in the attached Statement of Work (SOW) and Specifications. Due to compatibility, standardization, and lifecycle support considerations, only Caterpillar Authorized Parts & Service Center products are acceptable for this requirement. Substitutions will not be considered. This restriction is supported by a Justification and Approval (J&A) in accordance with FAR 11.105, attached to this solicitation. To ensure warranty compliance, safety, and proper integration with existing systems, only authorized vendors of Caterpillar, Inc. may provide parts or services under this requirement Offerors must provide proof of authorized source status by submitting a valid Letter of Authorization (LOA) from the Original Equipment Manufacturer (OEM) or brand owner, confirming the vendor is an authorized distributor, reseller, or service provider for Caterpillar, Inc. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR250020289. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611. The small business size standard is 1250. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13. THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: The contractor shall provide USCGC BEAR Caterpillar D-398 Line Bore Inspection and D-398 Overhaul Kit A. REQUIREMENT : 1. The U.S. Coast Guard is completing an overhaul of a Caterpillar D-398 engine used as a ship service diesel generator onboard CGC BEAR homeported in Portsmouth, VA. We require an �overhaul kit� made up of OEM components listed in the enclosed document. We do not request any technical support or assistance with this project. A complete kit must be delivered to the vessels homeport during the week of 11 May 2026. Delivery prior to this week is undesirable due to limited storage space. Delivery cannot be made after this week, as it will negatively affect the project timeline. 2. Upon completion of the project, all items marked as cores will be returned to the vendor for inspection and acceptance. All cores will be returned (approximately 75 days from kit delivery) in the same packaging the new parts arrived in. The vendor is responsible for setting up a carrier and associated costs for return shipment of the cores from the vessel�s location to their facility. We will notify the vendor when the cores are ready for shipment so they can dispatch a freight carrier to pick up the material. 3. The U.S. Coast Guard is completing an overhaul of a ship service diesel generator. This engine is a Caterpillar D-398 series. The engine serial number is 66B7567. As part of our overhaul process we need to determine if the crankshaft bore alignment is correct or must be trued via machine work. The purpose of this inspection is to compare the actual crank line bore measurements as found upon engine disassembly to the Caterpillar (OEM) specifications for a D-398 engine. Once the readings have been taken the machinist is to provide a preliminary report to the ships Engineer Officer detailing the results for each main bearing. The report must include a recovery plan detailing what actions should be taken (if necessary) to return the bores to OEM specifications. As we have a very limited time frame to work within, the inspection and any necessary machine work must be completed on the dates given in the attached . Because of the compressed schedule any machine work (once approved) can be conducted non-stop until completed. The vessel will provide an inspector/assistant to support this effort. A final report must be provided in writing and reviewed with the ships Engineer Officer prior to departing the vessel. 4. The vessel will have the NO. 2 Ship Service Diesel Engine completely disassembled and flipped upside down to facilitate the crankshaft line bore inspection. The work will be completed within CGC BEAR�s engine room on the 16th & 17th of June 2026 at the following address: 5. Location of Performance (FBO Destination) COMMANDING OFFICER USCGC BEAR (WMEC 901) 4000 Coast Guard Blvd Portsmouth, VA 23703 ATTN: LT Emily Dow Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep. NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item. As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered. Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown (2) Unit Cost (3) Extended Price (4) Total Price (5) Payment Terms (6) Discount offered for prompt payment (7) Company Unique Entity ID (UEI) and Cage Code. Quotes must be received no later than 04 AUGUST 2025 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to TIM FORD at Timothy.S.Ford@uscg.mil and carbon copy SKC Karla Balint at karla.p.balint@uscg.mil Any questions or concerns regarding any aspect of the RFQ must be forwarded to Tim Ford at email address � Timothy.S.Ford@uscg.mil and Contracting Officer, SKC Karla Balint via email Karla.P.Balint@uscg.mil. The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov. FAR 52.204-7 � System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov. The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract: FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126). FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement. *The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). PARTS LIST IS ATTACHED AND CAN BE EMAILED UPON REQUEST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ce5c5e8ec034c4bb63fcf4cf74aa7cd/view)
 
Place of Performance
Address: Portsmouth, VA 23703, USA
Zip Code: 23703
Country: USA
 
Record
SN07510004-F 20250717/250715230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.