Engine Repair

Project ID: 52000PR260024754 FederalOpportunitiesSynopsis Solicitation
Overview
AgencySurface Forces Logistics Center
Deadline05/17/26
Posted05/07/26
Estimated Value$30,000 - $90,000 (AI estimate)
Set AsideSBA
NAICS336611 - Ship Building and Repairing
PSCJ020 - Maint/Repair/Rebuild Of Equipment- Ship And Marine Equipment
LocationIlwaco, WA 98624 United States
Description
Primary Latest Change

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:

Engine Repair

National Motor Lifeboat School, 433 Coast Guard Rd, Ilwaco, WA 98624 OR the Contractor's designated facility.

Period of Performance Dates

Within 30 days of contract award. Equipment Details:

47283 Port Engine

CUMMINS QSC 8.3, S/N: 74952593

47284 Port Engine

CUMMINS QSC 8.3, S/N: 74952601

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 - 3.1.1 Technician Qualifications: All repair work shall be performed by certified Cummins technicians. Proof of certification must be provided upon request. - 3.1.2 OEM Parts & Fluids: The contractor shall utilize strictly Original Equipment Manufacturer (OEM) Cummins parts for all replacements and repairs. The contractor shall also provide all necessary operating fluids (engine oil, coolant) to replenish the engines post-repair. - 3.1.3 Compliance: Work must be conducted in accordance with the latest Cummins QSC 8.3 service manuals, USCG technical standards, and all applicable environmental and safety regulations. * - Specific Tasks (To be performed on BOTH 47283 and 47284) Note: The contractor shall coordinate with the USCG POC to commence work on both engines at the location of the NMLBS, Illwaco, WA.

Work Item 1

Engine Disassembly and Inspection - Drain oil and coolant. - Remove heat exchanger assembly. - Remove turbo and exhaust manifold. - Remove injector lines. - Remove fuel transfer tubes. - Remove rocker arms. - Remove injectors. - Remove cylinder head. - Remove oil pan and pick up tube. - Remove piston and con rods (1). - Remove liners (1). - Replace failed cylinder kit (1). - Reinstall all components. - Perform valve adjustment.

Inspection of Remaining Cylinders

With the cylinder head removed, the contractor shall perform a comprehensive visual and physical inspection of cylinders #2 through #6. This includes inspecting the exposed cylinder liners/walls for scoring, glazing, or abnormal wear, and checking the visible surfaces of the pistons. - Reassemble the engine in strict accordance with Cummins factory torque specifications, clearances, and service guidelines. - Replace all associated minor gaskets, seals, and fluids disturbed during the repair process. 4.0 Government Responsibilities - Engine Removal & Reinstallation: USCG personnel will be solely responsible for the disconnection, physical removal, and eventual reinstallation and reconnection of the engines. - Staging: The Government will provide temporary blocking at the staging area for the engines to be disassembled and repaired. 5.0 Safety and Facility Compliance - The contractor shall ensure the work and storage area comply with all federal, state, and local environmental and safety regulations. - The contractor is responsible for the overall safety of the worksite. - All USCG personnel will adhere to the contractor's site-specific safety requirements while on the premises. 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: - Catastrophic damage to the lower end (e.g., damaged crankshaft, bent connecting rod). - Any excessive wear, scoring, or damage found during the inspection of cylinders #2 through #6. - The CFR must detail the additional damage, recommended corrective action, and provide an itemized quote for the extra parts and labor. 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: - Cylinder Liner (and associated O-rings/seals) - Piston Rings (or complete piston assembly if the existing piston is damaged or out of tolerance) - Intake and Exhaust Valves, valve seats, and valve guides associated with the #1 cylinder (Alternatively, a fully reconditioned or new OEM cylinder head may be utilized).

Cylinder Head Gasket

- All associated minor gaskets, hardware, and seals disturbed during the repair process. 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: - Option A (Shop Dynamometer Test): The contractor conducts a full dynamometer test at their facility prior to delivering the engines back to the haul-out facility. If this option is executed and the official dyno run data sheets are provided to the USCG POC, the contractor is not required to participate in any post-installation dockside or underway testing. - Option B (Dockside Run & Sea Trial): If a dynamometer test is not performed, the contractor shall travel to the vessel location after USCG personnel have completed the engine reinstallation. The contractor shall participate in a dockside operational leak check, followed by an underway sea trial to verify engine performance under load.

Final Acceptance

The work will be considered complete and final acceptance granted only after satisfactory performance testing (via Option A or Option B) and the delivery of all required documentation. 7. Deliverables

Itemized Invoice

Clearly detailing all authorized charges for labor, transportation, and OEM materials for both vessels.

Service/Inspection Report

A comprehensive report outlining the work performed on cylinder #1, internal clearances measured, the detailed findings from the inspection of cylinders #2 through #6, and final engine parameters post-repair. - Dynamometer Report (If Option A is selected): The official dyno run data sheets proving performance parameters prior to delivery.

Warranty Documentation

A written warranty covering all supplied parts and labor for the repairs performed. 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.

Summary (Newest Update)

Background The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is seeking a qualified contractor to perform engine repairs on the port main diesel engines aboard MLB 47283 and MLB 47284, which have experienced operational failures resulting in a loss of compression on the #1 cylinder. The goal of this contract is to restore these assets to full mission capability through targeted top-end and cylinder rebuilds, as well as thorough inspections of the remaining cylinders. Work Details The contractor shall provide all necessary personnel, labor, materials, and tools for the disassembly of the Cummins QSC 8.3 engines for the replacement of the #1 cylinder assembly on both engines. Specific tasks include: - Draining oil and coolant - Removing heat exchanger assembly, turbo and exhaust manifold, injector lines, fuel transfer tubes, rocker arms, injectors, cylinder head, oil pan and pickup tube - Removing piston and connecting rods (1), liners (1) - Replacing failed cylinder kit (1) - Reinstalling all components - Performing valve adjustments - Conducting a comprehensive visual and physical inspection of cylinders #2 through #6 for scoring or abnormal wear - Reassembling the engine in accordance with Cummins factory specifications - Replacing all associated minor gaskets and fluids disturbed during repairs. The contractor must utilize OEM parts and fluids exclusively. Period of Performance The work is expected to be completed within 30 days of contract award. Place of Performance National Motor Lifeboat School, 433 Coast Guard Rd, Ilwaco, WA 98624 or the Contractor's designated facility.

Contacts
Contact nameJoshua Richardson
Contact emailjoshua.c.richardson2@uscg.mil
Contact phoneNone
Same Region Opportunities

Dorm Lighting

Agency: Air Mobility Command

Location: Washington

NAICS: 335139