OEM (CATERPILLAR) SSDG LONG BLOCK EXCHANGE SERVICES CGC VIGILANT
ID: 5200025RFQ0001739Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 2:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide OEM (Caterpillar) SSDG Long Block Exchange Services for the CGC Vigilant. The procurement requires the delivery of a complete parts kit for a Caterpillar 3406 engine, emphasizing the use of new or remanufactured components, with a delivery deadline set for the week of August 25, 2025. This equipment is critical for the operational readiness of the vessel, ensuring reliable performance of its ship service diesel generator. Interested vendors must submit their firm fixed price quotations by January 16, 2025, and can direct inquiries to Jacqueline D. Handley at jacqueline.D.Handley@uscg.mil or Damon Jones at damon.d.jones@uscg.mil.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 8:05 PM UTC
The document serves as a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining minimum wage rates and benefits for various occupations in Brevard County, Florida, effective from January 2022 onwards. It stipulates that contracts awarded after January 30, 2022, must pay a minimum of $17.75 per hour per Executive Order 14026, while those awarded between January 2015 and January 2022 remain at $13.30 per hour unless adjusted further. The document details various occupations, along with associated wage rates and fringe benefits such as health and welfare at $5.36 per hour, vacation, and holiday entitlements. Specific provisions for sick leave under Executive Order 13706 are also included. Additional sections cover compliance processes for unlisted classifications and requirements for uniform allowances. The primary purpose of this document is to ensure fair compensation and benefits for workers employed under federal contracts, maintaining adherence to stipulated federal standards while providing clear guidance for contractors on wage determination processes. This aligns with broader government initiatives to uphold labor rights and support equitable treatment in public contracts.
Jan 8, 2025, 8:05 PM UTC
The document outlines a Request for Proposal (RFP) for a 3406 Caterpillar long block kit intended for the 210 WMEC. It specifies various parts necessary for the assembly, including core components such as the long block assembly, oil pump, turbocharger, fuel nozzles, and fuel supply pump, among others. The list includes multiple gasket kits, filters, seals, and additional essential parts, detailing specific quantities for each item required for procurement. This comprehensive inventory emphasizes the need for precision and quality in the assembly of Caterpillar engines, which are critical for government operations. The structure of the document, organized by part number and name, reflects a systematic approach to fulfill procurement needs, ensuring that all components meet the necessary functional and regulatory standards. The date of the revision and the preparer's name suggest that the document is part of a formalized process to engage suppliers in fulfilling government contracts for essential machinery maintenance.
Jan 8, 2025, 8:05 PM UTC
The U.S. Coast Guard seeks Caterpillar Authorized Parts & Service Centers to deliver a complete parts kit for a Caterpillar 3406 engine used in the CGC VIGILANT’s ship service diesel generator. The solicitation emphasizes the use of OEM (Caterpillar) new or remanufactured components without requiring technical support. The deadline for delivery is set for the week of August 25, 2025, with specific instructions for shipping documents to include an updated parts list. Vendors are responsible for the return shipment of cores, and must provide written procedures for this process. They have 45 days post-receipt of cores to assess and provide written status regarding those items, with a clear stipulation that the Coast Guard will not be financially liable for cores not accounted for within that timeframe. Each component in the parts kit is required to come with a warranty of 1,000 hours or 12 months, covering parts and labor for component failures, effective upon receipt of the kit. All inquiries should be directed to Richard V. Carney at the provided contact details.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
Overhaul & Purchase of 154' Patrol Craft Centrifugal Pumps
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified vendors for the overhaul and purchase of centrifugal pump/motor assemblies for its 154’ Patrol Craft class vessels. The procurement requires the use of genuine Original Equipment Manufacturer (OEM) parts from Carver Pump, Co., as remanufactured or aftermarket components are not acceptable. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's maritime assets, ensuring that the pump assemblies meet stringent quality and performance standards. Interested vendors must submit their capabilities and experience by April 28, 2025, and can direct inquiries to Phyl'licia L. Jolley-Dixon at Phyl'licia.L.Dixon@uscg.mil or by phone at 571-607-5439.
Rudder Shaft Seal Service Kits "A" & "B"
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a firm-fixed price contract for Rudder Shaft Seal Service Kits "A" and "B" essential for the propulsion and rudder shaft seal systems of the 154’ Patrol Boats (WPCs). The procurement emphasizes the requirement for original equipment manufacturer (OEM) components from Defense Maritime Solutions, Inc., ensuring compatibility and performance, while rejecting non-OEM proposals due to safety and operational integrity concerns. Interested contractors must submit their quotes electronically by April 29, 2025, with delivery of the components required within 120 calendar days after contract award. For further inquiries, interested parties can contact Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.
CGC Sequoia reduction gear repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking specialized technical services for the repair of the reduction gear on the USCGC Sequoia (WLB-215) following a significant failure involving the generator pinion and PTO shaft. The primary objective is to conduct a thorough inspection of the lubrication system to identify potential blockages, confirm proper lubrication flow, and assess the current temperature monitoring capabilities, with the aim of preventing future failures. This opportunity is critical for maintaining the operational readiness of the vessel, which recently experienced a reduction gear casualty attributed to lubrication issues. Interested parties should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details, with the work scheduled to take place on-site in Port Huron, Michigan, for up to 7 days between April 30 and May 15, 2025.
ALEX HALEY SSDG REPOWER
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide and install three modern marine diesel generator sets for the CGC Alex Haley, which is currently equipped with outdated generators. The new generators must have a minimum capacity of 350 kW, comply with EPA Marine Tier 3 emissions standards, and be compatible with existing onboard systems, including fuel, exhaust, and cooling configurations. This procurement is critical for maintaining operational efficiency and reliability of the vessel, which is homeported in Kodiak, Alaska. Interested parties are encouraged to submit their capabilities and relevant information by April 24, 2025, to the primary contact, Benjamin Clark, at benjamin.e.clark@uscg.mil, or the secondary contact, Corry Thomas, at corry.d.thomas@uscg.mil.
52000QR250011956 USCGC TAMPA MDE CENTER SECTION OVERHAUL HOT OIL FLUSH
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to perform Hot Oil Flushes on the propulsion engines of 210’ and 270’ Medium Endurance Cutters following a center section overhaul. The objective is to eliminate contamination from the engine lube oil system, which includes disassembly and reassembly of engine components, and requires the contractor to provide all necessary tools, equipment, and qualified personnel experienced with ALCO engines, particularly the 251-B, 251-CE, and 251-F series. This work is crucial for maintaining the operational readiness of Coast Guard vessels and is scheduled to take place over a maximum of 14 calendar days from July 14 to July 26, 2025, at the USCGC TAMPA in Portsmouth, Virginia. Interested contractors must submit their Firm Fixed Price quotations by June 2, 2025, and can contact Timothy Ford at timothy.s.ford@uscg.mil for further details.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
Purchase of NOZZLE, EXHAUST ENGINE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three exhaust engine nozzles, identified by part number 698114-5 and associated National Stock Number 2840-01-553-0698. This solicitation is part of a combined synopsis/solicitation process aimed at acquiring commercial items, with a focus on ensuring that all parts are new and traceable to the Original Equipment Manufacturer (OEM) or approved distributors. Interested vendors must submit their offers by April 23, 2025, at 12:00 PM Eastern Time, with the anticipated award date around April 30, 2025. For further inquiries, vendors can contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement team at D05-SMB-LRS-Procurement@uscg.mil.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@uscg.mil.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.