Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2026 SAM #8861
SPECIAL NOTICE

J -- USCGC WEDGE THROTTLE CONTROLLER UPGRADE

Notice Date
2/27/2026 10:55:35 AM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08526Q001977
 
Response Due
3/3/2026 5:00:00 AM
 
Archive Date
03/18/2026
 
Point of Contact
McTague, Sean, Phone: 15716143888, ULISES BALMACEDA, Phone: 2068200307
 
E-Mail Address
Sean.P.McTague@uscg.mil, Ulises.O.Balmaceda@uscg.mil
(Sean.P.McTague@uscg.mil, Ulises.O.Balmaceda@uscg.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source
 
Description
This is a combined synopsis/solicitation This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08526Q001977 and is issued as a request for quotations (RFQ). This announcement constitutes only solicitation; quotations are being requested, and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a totally small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. All responses from interested vendors must be received on/before 0800 Pacific Time, March 03, 2026, and will be reviewed by the Government. The United States Coast Guard Surface Force Logistics Center has a requirement for the following: Contractor shall provide parts requested for USCGC HEALY Condensate dump valve replacement: STATEMENT OF WORK (SOW) FOR SCOPE OF WORK IBCT PDM IF Throttle Controller Upgrade Mock UP SECTION 1 � GENERAL INFORMATION 1.1 Scope of Work KTR shall provide services related providing technical and engineering support in mocking up and testing upgraded TC3 throttle control system for the Isotta Frashchini V1312-MLH-KC Main Diesel Engines used by the WLR/WLIC Fleet 1.1.2 Place of Performance: 1.1.2.1 Unit IBCT PDM APM1 Fincantairi Marine Systems North America 800 Principal Court Chesapeake, VA 23320 1.1.3 Contracting Officer (KO): 1.1.3.1 Name: Unit: IBCT PDM APM-1 PH: FX: N/A E-mail: 1.1.4 Contracting Officers� Technical Representative: 1.1.4.1 Name: Ensign Chase Randell Unit: SFLC-IBCT-PDM-APM1 PH: 571-613-4750 FX: N/A 1.1.5 Contact for questions: 1.1.5.1 Any questions regarding scope of work must be directed to the Contracting Officer. 1.2 Contractor Personnel 1.2.1 Contract Manager 1.2.1.1 The contract manager or alternate must have full authority to act for the contractor on all contract matters relating to daily operation of this contract 1.2.1.2 The contact manager and alternate or alternates must be able to read, write, speak, and understand the English language. 1.2.2 Contractor employee 1.2.2.1 Contractor personnel must present a neat appearance and be easily recognized as contractor employees. 1.2.2.2 The contractor must not employ any person who is an employee of the U. S. Government if employing that person would create a conflict of interest. Additionally, the contractor must not employ any person who is an employee of the U. S. Coast Guard unless such person seeks and receives approval according to U. S. Coast Guard regulations. 1.2.2.3 The contractor shall hold valid license, certifications, and/ or permits to perform work at place of performance. 1.2.3 Security requirements None 1.3 Hours of Operation 1.3.1 The contractor must perform the tasks as required by the SOW under this contract during the following hours: Monday through Friday between 8:00am and 4:00pm unless other time is specified. 132.1 Period of performance: March 03, 2026 � March 13, 2026 1.4 Award It is the governments� intent to make award as Sole Source 1.4.1. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in (SAM) shall result in Contracting Officer to proceed with next successful registered offeror. Website: www.sam.gov 1.5 Invoicing Invoices shall be sent to address as per the contract. To ensure proper payment, all invoices shall have requisition number/order number, company name and address, UEI number, invoice number and date clearly indicated on your invoice. It is recommended that the offeror attach a copy of the Purchase Order / Contract to their invoice(s). 1.5.1 Invoices shall be submitted for payment following the invoicing instructions on the Purchase Order. SECTION 2 � DEFINITIONS 2.1 General Definitions When the (SOW), solicitation provision or contract clause uses a word or term that is defined in the Federal Acquisition Regulations (FAR), the word or term has the same meaning as the definition as contained in section 2.101 of the FAR. The FAR index is available via the Internet at http://www.acqnet.gov at the end of the FAR, after the FAR Appendix. 2.1.1 Defective Service: A service or commodity output that does not meet the standard of performance requirement specified in the contract for that service or commodity. 2.1.2 Quality Assurance: A planned and systematic pattern of all government actions necessary to provide confidence that adequate technical requirements are established; products and services conform to established technical requirements; and satisfactory performance is achieved. Quality assurance refers to actions by the government assurance functions for a contracted service. 2.1.2 Quality Control: Those actions taken by a contractor to control the production of outputs to ensure that they conform to the contract requirements. 2.1.3 Technical Definitions: None 2.1.4 References: NONE 2.1.5 Government Furnished Equipment: NONE 2.1.6 Government Furnished Facilities: NONE SECTION 3 � REQUIREMENTS 3.1 General 3.1.1 CIR. None. 3.1.2 Tech Rep. The Contractor must provide the services of a certified mechanic, who is familiar with Isotta Frashchini V1312-MLH-KC Main Diesel Engine and control system. 3.1.3 Protective measures. None 3.1.4 Interferences. None 3.3 Work plan. The Contractor shall provide technical, engineering, and management support to mock up and test upgraded throttle control to Coast Guard personnel. Assemble throttle control to shop engine and reduction gear for testing Connect LOP to engine junction box, power on LOP, and verify all gauges are working correctly Adjust Heinzman controller with lap top to ensure alignment with new controller Line up fuel system Line up cooling system Start and operate engine Test Local speed control from LOP and Remote stations Test Speed Control from both main and back up stations Proceed testing for reverse control sequence Make final adjustments as needed to throttle control program to ensure proper operations Upon satisfactory test, disconnect new throttle control and harness from test engine and reduction gear SECTION 4 � CONTRACTOR FURNISHED ITEMS AND SERVICES NONE SECTION 5 � NOTES 5.1 IBCT PDM APM1 POC is Robert Holt, Robert.h.holt2@uscg.mil, 810-542-1041
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b1ab3de84cd1436f88dc9c295948d9b7/view)
 
Place of Performance
Address: Chesapeake, VA 23320, USA
Zip Code: 23320
Country: USA
 
Record
SN07729241-F 20260301/260227230037 (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!  © 1994-2026, Loren Data Corp.