Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOLICITATION NOTICE

J -- Vibration Repair

Notice Date
3/5/2026 8:41:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
52000PR260023503
 
Response Due
3/11/2026 9:00:00 AM
 
Archive Date
03/26/2026
 
Point of Contact
Joshua Richardson
 
E-Mail Address
joshua.c.richardson2@uscg.mil
(joshua.c.richardson2@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation for Commercial Services Solicitation Number: 52000PR260023503 (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 this agency. Agency: U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Contract Type: Firm Fixed Price Purchase Order Set-Aside Information: This solicitation is a total small business set-aside. Evaluation Criteria: 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. Point of Contact for Questions: For any questions regarding this solicitation, please contact: Contracting Officer: Joshua Richardson Email: Joshua.C.Richardson2@uscg.mil For technical questions Contracting Officer's Representative (COR): Mitchell Sabo Email: Mitchell.T.Sabo@uscg.mil Submission of Quotes: Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil. The subject line of the email should include the solicitation number: 52000PR260023503. Scope of Work (SOW) 1. General Information Unit: USCGC Healy Asset Type: OTH Mark IV Hull Number: 26321 Location of Work: Vigor Shipyard, Portland OR Period of Performance Dates: 15 days after award and contract completion NLT 30APR26 Unit POC: LCDR Thunborg/Trey.A.Thunborg@USCG.mil/206-217-6821 2. Background CGC HEALY Small Boat 26321�s Cummins QSB6.7 M CM2250 has experienced a recurring vibration and intermittent squealing, resulting in repeated belt failures over the past two years. The contractor shall provide all labor, materials, and equipment necessary to inspect, diagnose, and repair the engine vibration and belt failure issues on the Small Boat. 3. Scope of Work Requirements 3.1 Contractor Responsibilities: Provide all labor, materials, equipment, and supervision necessary to complete the work described. Comply with all applicable USCG policies, manufacturer specifications, and regulatory requirements. Work shall occur at the contractor�s facility or onboard Vigor Shipyard, Portland OR. The boat will be transported by USCGC HEALY to the contractor�s facility by trailer. The contractor's facility cannot be greater than 50 miles from Portland, OR. Work must be done by a technician certified by Cummins. 3.2 Specific Work Items: Comprehensive Inspection and Diagnosis: Perform a thorough visual inspection of the engine and its components for any obvious signs of damage, wear, or misalignment. Conduct a diagnostic scan using Cummins INSITE or equivalent to retrieve any active or stored fault codes. Perform a vibration analysis to pinpoint the source and frequency of the vibration at various engine RPMs. Pulley and Belt System Repair: Re-align all engine pulleys and replace any misaligned or damaged components, specifically including the idler shaft, idler pulley, alternator, and any associated brackets or fasteners. Inspect all accessible bearings for wear or damage and replace as necessary with new, OEM-specified parts. Replace all engine belts with new, high-quality belts that meet or exceed OEM specifications. Engine Tune-Up and General Maintenance: Perform a general engine inspection and tune-up to address overall vibration and reliability concerns. 4. Condition Found Report (CFR) Requirement If additional discrepancies, deficiencies, or required repairs are identified that are outside the defined Scope of Work, the contractor shall: Immediately notify the Unit POC. Submit a written Condition Found Report (CFR) detailing: Description of discrepancy Recommended corrective action Parts and labor breakdown Cost estimate Impact to schedule 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 OEM parts required unless otherwise approved. Provide part numbers and specifications. All materials shall meet manufacturer and USCG standards. 6. Testing & Acceptance Conduct operational testing upon completion. Demonstrate proper functionality to a USCG representative. Provide a written service report and warranty documentation. Work is considered complete upon Government acceptance. 7. Deliverables Itemized invoice Service report Parts list (with serial numbers if applicable) Warranty documentation (if applicable) 8. Environmental & Safety Compliance Proper disposal of hazardous materials. Spill prevention measures required. Compliance with all federal, state, and local regulations. 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f266b75ff178401d8a091960fcfb827d/view)
 
Place of Performance
Address: Portland, OR 97217, USA
Zip Code: 97217
Country: USA
 
Record
SN07735588-F 20260307/260305230045 (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.