SPECIAL NOTICE
U -- USCGC HEALY SULZER ADVANCED ENGINE TRAINING
- Notice Date
- 12/9/2025 8:58:25 AM
- Notice Type
- Special Notice
- NAICS
- 33661
—
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08526Q60000032
- Response Due
- 12/18/2025 8:00:00 AM
- Archive Date
- 01/02/2026
- Point of Contact
- DONNA O'NEAL, Phone: 5103931145, ULISES BALMACEDA, Phone: 2068200307
- E-Mail Address
-
Donna.J.O'Neal@uscg.mil, Ulises.O.Balmaceda@uscg.mil
(Donna.J.O'Neal@uscg.mil, Ulises.O.Balmaceda@uscg.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source
- Description
- NOTICE OF INTENT TO SOLE SOURCE 70Z08526Q60000032 The Department of Homeland Security {DHS}, United States Coast Guard {USCG} Surface Forces Logistics Center {SFLC}, located at 1 Eagle Road Bldg. 55, Alameda CA 94501 is issuing this Notice of Intent {NOI} to inform industry contractors of the Government's intent to Award a Sole Source Firm Fixed Price {FFP} Contract IAW Federal Acquisition Regulation {FAR} Part 12 and 13 procedures. The intended Contractor WARTSILA NORTH AMERICA INC, located at 2922 SW 42ND ST, FT Lauderdale, FL, 33312. USCG SFLC requires: CGC HEALY�S Advanced Engine Maintenance Training. This procurement is being conducted using commercial item procedures pursuant to Federal Acquisition Regulation {FAR} Part 12 and FAR Part 13, specifically FAR 13.106-1{b}{1}, allowing the Contracting Officer {KO} to solicit from one source. The North American Industry Classification System {NAICS} for this requirement is 336611 - Ship Building and Repairing. The Product of Service Code for this requirement is U008. This will not be a small business under the Small Business Administration {SBA} size standard for this sector. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Ms. Oneal at donna.j.oneal@uscg.mil with the following information referenced in the subject line, Solicitation 70Z08526Q60000032. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit an offer or quotation which shall be considered by the agency no later than 8:00 AM Pacific Time {PST} on DEC 18, 2025, to Ms. Oneal at donna.j.oneal@uscg.mil The interested parties bear full responsibility to ensure complete transmission and timely receipt. Wartsila/ Sulzer Advanced Engine Maintenance: Background: HEALY Mandatory Training requirements require FORCECOM to provide commercial training for course code 501425, This training is required for the proper operation and maintenance for keeping USCGC HEALY operational in the Arctic zones during deployment. Statement of Work: This course shall be for marine and power plant personnel at operational and management levels. The trainees should have a basic knowledge of diesel four stroke engines, together with some operational experience. The participants will understand the design, operation and basic maintenance of the engine. Delivered via Face to Face during five (5) working days. Training elements shall contain the information stated below: Content: . Design and function of engine components . Design and function of built-on systems . Fuel, lubricating oil, cooling water, control & starting air system requirements . Engine start, stop and operation . Evaluation of engine operating data . Maintenance procedures, practical training Detailed learning objectives At the completion of this training, the student shall be able to understand the following: Design and function of engine components Description of the design and function of the engine and its main components. Explain the function and operation of each component. Design and function of built-on systems Understand design, function and operation of engine internal fuel, Lube oil, Cooling water, Exhaust and Charge air systems. Fuel, lubricating oil, cooling water, control & starting air system requirements Fuel, lubricating oil, cooling water, control & starting air system requirements Introduction to the requirement and treatment of the fuel oil, lubricating oil, cooling water and control & starting air. Explain the role of each system in engine performance and reliability. Engine start, stop and operation Preparation, operation and supervision procedures when starting, stopping and operating the engine. Explain the sequence of events during engine start. Understand the conditions required for a successful engine start. Describe the sequence of events during engine stop. Understand the role of control systems in managing start-stop operations. Evaluation of engine operating data Evaluation principles based on the test values, site conditions and load. Understanding the daily recording and follow-up of operating data Learn analysis techniques: statistical, trend, benchmark comparison. Develop skills to interpret data and identify patterns, anomalies. Understand implications for performance and maintenance. Maintenance procedures, practical training Familiarization with the main overhaul procedures. Emphasis on safe and practical performance of maintenance procedures. Period of Performance: 3/16/2026-3/20/2026 Address: Wartsila North America, Inc. 2900 SW 42nd Street Ft. Lauderdale, FL 33312, USA
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/759ee4e656b24b8e8bf81e1f2d534d50/view)
- Place of Performance
- Address: Fort Lauderdale, FL 33312, USA
- Zip Code: 33312
- Country: USA
- Zip Code: 33312
- Record
- SN07660588-F 20251211/251209230041 (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 |