USCG 154' FAST RESPONSE CUTTER (FRC) MTU 8000 HOUR MAINTENANCE FY26 GUAM
ID: 70Z08026FRCGUAMType: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARD

NAICS

Ship Building and Repairing (336611)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from qualified contractors regarding the 8,000-hour maintenance of the Main Diesel Engines (MDEs) on its 154' Fast Response Cutters (FRC) stationed at Naval Base Guam. This Request for Information (RFI) aims to identify MTU-certified service contractors capable of executing the necessary maintenance tasks, which include thorough inspections, component overhauls, and performance data collection during sea trials, all while adhering to established safety and environmental standards. The maintenance of these engines is critical for ensuring the operational efficiency and reliability of the Coast Guard's fleet. Interested parties are encouraged to submit their feedback by February 24, 2025, and can reach out to primary contact LaToya Sorrell at Latoya.N.Sorrell@uscg.mil or by phone at 206-827-3116 for further inquiries.

    Files
    Title
    Posted
    The U.S. Coast Guard (USCG) has issued a Request for Information (RFI) concerning the overhaul of the Main Diesel Engines (MDE) on its 154’ Fast Response Cutters (FRC) at Naval Base Guam. This RFI, numbered 70Z08026FRCGUAM, is intended for market research purposes, aiming to identify potential MTU-certified service contractors capable of performing engine maintenance OCONUS. The USCG seeks input on technical challenges, availability of certified technicians, procurement logistics for engine parts and fluids, and environmental considerations during maintenance. The document outlines the technical specifications of the MTU 20V4000M93L engines and details the necessary qualifications for technicians. It emphasizes that this notice does not constitute a contract solicitation and clarifies that responding vendors are encouraged to claim proprietary information accordingly. Interested parties must submit their feedback by February 24th, 2025, with access to related documents contingent on contractor certification through the Joint Certification Program. This initiative represents the USCG's proactive approach to maintaining operational efficiency and compliance for its vessel engines in a challenging environment.
    The SFLC Standard Specification 0000 outlines general requirements for conducting ship repair availabilities for Coast Guard vessels, emphasizing the importance of safety, quality control, and environmental protection. It includes comprehensive definitions of critical terms and acronyms relevant to ship repairs and stipulates necessary administrative procedures, including contractor responsibilities, inspection requirements, and weather preparedness plans. Key sections detail the contractor's obligation to ensure compliance with safety regulations, including the provision of sanitary facilities for personnel, effective waste management, and protection of government-furnished property. Additionally, the document specifies the contractor’s responsibilities regarding the safe handling of hazardous materials, use of proper ventilation, and performance of regular inspections. The specification emphasizes the importance of a quality assurance program to assure adherence to standards without delays, along with requirements for maintaining operational safety through practices like lockout/tagout procedures. Ultimately, this document supports government RFPs by ensuring contractors meet established standards for ship repair while prioritizing health, safety, and efficiency, thus facilitating effective contract performance and environmental compliance.
    The SFLC Standard Specification 6310 outlines requirements for the preservation of Coast Guard cutter structures, addressing surface preparation and coating application. The structure includes specific appendices detailing exterior and interior painting systems, authorized coatings, new construction requirements, and quality assurance forms. Critical terms are defined, such as "critical-coated surfaces," which are areas where coating failures can lead to significant operational concerns. The specification mandates the selection of appropriate coating systems in alignment with established guidelines to ensure compatibility and performance. Documentation related to coating materials, handling, and application methods must be submitted by contractors for approval. The document emphasizes the importance of maintaining ambient conditions during coating application, ensuring surface cleanliness, and adhering to safety practices. Additional coating options, alternate systems, and a preservation plan must also be presented. Overall, this specification aims to optimize the durability and performance of coatings on Coast Guard cutters, ensuring structural integrity and operational readiness while complying with safety and environmental regulations.
    The document outlines the maintenance requirements and procedures for conducting 8,000-hour maintenance (QL3) on Main Diesel Engines (MDEs) under a government contract. The contractor is responsible for performing thorough inspections and executing maintenance tasks as specified. This includes the overhaul of engine components, replacement of consumables, and capturing performance data pre- and post-maintenance during sea trials. It highlights crucial details like government-furnished materials, required certifications for technicians, and specific maintenance tasks to be undertaken, including inspections, cleaning, and renewals of various engine parts. The goal is to ensure engine reliability and performance, with adherence to project specifications and collaboration with Coast Guard personnel during operations. The document serves as a guide for contractors in such government contracts, emphasizing performance standards, required certifications, and documentation for successful maintenance execution.
    Lifecycle
    Similar Opportunities
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.
    Sources Sought Notice for Re-Engining Options for HC-144B Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information on potential engine retrofit options for its HC-144B aircraft through a Sources Sought Notice. The objective is to identify viable Non-Developmental Item (NDI) aircraft engine systems that can enhance reliability, maintainability, and lifecycle costs while complying with Federal Aviation Regulations. The HC-144B aircraft, which supports critical missions such as Search and Rescue and surveillance, operates in challenging maritime environments, necessitating robust and efficient propulsion solutions. Interested parties must submit their responses by January 14, 2026, to the designated contacts, LCDR Mark Amendolara and Logan J. Brown, via email, ensuring to include the Notice ID in the subject line.
    Aircraft Maintenance Services for the MH-65
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    52000QR260001351 USCGC WILLIAM HART HULL INSPECTION AND ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a hull inspection and zinc replacement for the USCGC William Hart, located in Honolulu, Hawaii. The contractor will be responsible for conducting a thorough inspection and cleaning of the vessel's underwater body, including hull plating, coating systems, transducers, and drive systems, as well as renewing zinc anodes. This procurement is critical for maintaining the operational integrity and safety of the vessel, ensuring compliance with safety regulations and standards. Interested small business vendors must submit their proposals, including a detailed cost breakdown and relevant documentation, by December 10, 2025, with the work scheduled to take place between December 1 and December 19, 2025. For further inquiries, vendors can contact Timothy Ford or Joshua Miller via their provided email addresses.
    USCGC MARCUS HANNA DOCKSIDE REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC Marcus Hanna (WLM-554), a 175-foot Keeper Class Coastal Buoy Tender, located in South Portland, Maine. The procurement involves various repair tasks, including fire prevention requirements, inspections and servicing of hydraulic systems, cleaning of vent ducts, and preservation of decks, among others, with an anticipated performance period from May 25, 2026, to August 3, 2026. This opportunity is critical for maintaining the operational readiness and safety of the vessel, which plays a vital role in maritime operations. Interested parties must respond to the Sources Sought Notice by December 8, 2025, at 4:00 PM EST, providing their business size status and relevant documentation to Mr. Jerrod Gonzales and Mr. Iran Walker via email.
    USCGC MORRO BAY MDE GENERATOR LOAD BANKING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide load banking services for the 2 Main Diesel Engine/Propulsion Generator on the USCGC MORRO BAY, located in Cleveland, Ohio. The contractor will be responsible for supplying all necessary equipment and a qualified technician to perform load banking between December 14 and December 20, 2025, adhering to specific load and timeline parameters while ensuring compliance with safety and contamination prevention measures. This procurement is a total small business set-aside under NAICS Code 336611, with the contract awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and can direct inquiries to Sean McTague at Sean.P.McTague@uscg.mil or Jason Garris at JASON.A.GARRIS@USCG.MIL.
    USCGC THUNDER BAY MDE VERTICAL DRIVE REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to FAIRBANKS MORSE, LLC for the repair of the vertical drive assembly on the CGC THUNDER BAY. The procurement involves disassembling components to replace the lower vertical drive bearing, with the contractor responsible for providing all necessary parts, including a vertical shaft and various bearings. This repair is crucial for maintaining the operational readiness of the vessel, and the work is scheduled to take place from December 10, 2025, to December 31, 2025. Interested parties capable of demonstrating that competition would be beneficial to the Government may submit their offers to Ms. Donna O'Neal via email by 8:00 AM Pacific Time on December 9, 2025.
    J&A FY23 USCGC HAMILTON and WAESCHE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the Justification and Approval (J&A) related to the FY23 maintenance of the USCGC HAMILTON and WAESCHE. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. The selected contractor will be responsible for ensuring that these vessels are properly serviced and repaired to meet the Coast Guard's stringent operational standards. Interested parties can reach out to LaToya Sorrell at Latoya.N.Sorrell@uscg.mil or by phone at 757-628-4644, or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil or 757-441-7036 for further details.