GOVERNOR DIESEL ENGINE
ID: 70Z08525Q49015B00Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide repair services for diesel engine governors as part of a federal contract opportunity. The procurement requires contractors to utilize genuine OEM parts and demonstrate authorization from the primary vendor, Motor Services Hugo Stamp, ensuring compliance with strict quality standards. This initiative is critical for maintaining the operational readiness of Coast Guard equipment, emphasizing the importance of reliable repair services. Interested parties must submit their quotes by August 15, 2025, with delivery expected by September 3, 2025, to a facility in Baltimore, MD. For further inquiries, vendors can contact Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) relating to a federal project involving inspection, reporting, and repair services. It specifies two Contract Line Item Numbers (CLINs): CLIN 0001 entails open inspection and reporting, while CLIN 0002 focuses on repair services. The proposal includes a sub-item (SLIN 0002A) detailing labor rates with a total of 23 fixed-rate hours, indicating that labor costs will encompass general and administrative expenses along with profit. Additionally, there is a breakdown for materials (0002B) and shipping (0002C), both indicated as having a 0% charge. The total estimated dollar value for the entire project across all identified line items is listed as $0.00, signaling possibly an early stage in budgeting or proposal formulation. This document is part of the federal government’s procurement process, emphasizing the nature of services required rather than providing detailed financials at this juncture. The proposal showcases the government's intent to seek external expertise for repair and inspection while prioritizing thorough reporting and compliance in a structured manner.
    This solicitation document outlines the Federal Acquisition Regulation (FAR) clauses relevant to bidders for the U.S. Coast Guard procurement process. Key clauses include FAR 52.212-1, which provides instructions to offerors, and FAR 52.212-3, which mandates that offerors submit a completed representation and certification form. Contractors must maintain accurate and current information in the System for Award Management (SAM) database to be eligible for contract awards. Specific provisions related to packaging, delivery conditions, and invoicing procedures are detailed, emphasizing compliance with shipping standards and information transparency. The document also stresses additional compliance with various statutes and executive orders, such as those prohibiting certain corporate practices and promoting equitable treatment for small businesses. Moreover, clear instructions for inspection and testing of supplies ensure the government’s quality standards are met, with established protocols for handling nonconformities. Overall, this document serves as a comprehensive guide for vendors interested in partnering with the U.S. Coast Guard, ensuring that all parties operate under consistent regulatory guidance and efficient commercial practices.
    The document is a government request for quotation (RFQ) soliciting quotes for the repair of diesel engine governors, specifically requiring authorized vendors for the proprietary parts necessary for the work. The primary vendor mentioned is Motor Services Hugo Stamp, underscoring the need for contractors to provide written proof of authorization from this vendor. The solicitation emphasizes that the only acceptable parts are genuine OEM components, forbidding substitutes. Contractors must demonstrate their capability to repair the specified item (NSN 2910-01-424-1185, Part # 8241-575) and include detailed pricing in the specified Excel document. Additionally, packaging and preservation requirements for the governors during shipment are addressed extensively, highlighting strict adherence to guidelines ensuring the items' protection and integrity. The proposal deadline is set for August 15, 2025, with delivery expected by September 3, 2025, to a U.S. Coast Guard facility in Baltimore, MD. Quotes will be evaluated on competitive pricing while ensuring compliance with various federal acquisition regulations, emphasizing the importance of the contractor's registration with SAM.gov and other compliance verifications before award consideration. Overall, the solicitation aims to ensure quality, compliance, and accountability in acquiring necessary repair services and parts for critical Coast Guard equipment.
    Lifecycle
    Title
    Type
    GOVERNOR DIESEL ENGINE
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    MOTOR, ALTERNATING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 10 alternating current motors, identified by part number 3GAA101312-ASE+002, from Russ Equipment Co Inc. These motors are crucial for various operational applications within the Coast Guard, and the contract will be awarded on a firm fixed-price basis to the lowest price technically acceptable offeror. Interested vendors must ensure compliance with packaging and marking requirements as outlined in the DCMA guide, and submit their quotes by December 9, 2025, at 8 AM EST, to the primary contact, Nina Crosby, at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658.
    Cooler Lubricating Oil Engine
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of Cooler Lubricating Oil Engines, which are critical components for the MTU 4000 series main diesel engines used in 154' WPC vessels. The requirement includes four units that must be "service ready" prior to shipping, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E and MIL-STD-129R. This procurement is essential for maintaining operational readiness and reliability of the Coast Guard's fleet. Interested vendors must submit their quotations by December 11, 2025, at 10:00 AM EST, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    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.
    USCGC POLAR STAR MOTOR AND PUMP SPARE PARTS REQUEST
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard, is seeking qualified vendors to provide spare parts for the USCGC Polar Star under Request for Quotations number 70Z08526Q0000762. The procurement includes essential components such as mechanical seals, O-rings, gaskets, radial groove ball bearings, and complete spindle sets for various models of pumps, which are critical for the vessel's maintenance and operational readiness. All parts must be delivered to the designated Seattle, WA address by March 1, 2026, to ensure installation during the vessel's next availability, with proposals due by 0800 Pacific Time on December 9, 2025. Interested vendors can direct inquiries to the primary contact, Donna O'Neal, at Donna.J.O'Neal@uscg.mil or by phone at 510-393-1145.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    Repair/Repair and Modify Fuel Management Panels
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a contractor to repair and modify fuel management panels for MH-60T aircraft. The procurement involves services such as testing, evaluation, and repair in accordance with Original Equipment Manufacturer (OEM) specifications and FAA guidelines, requiring the contractor to be an approved repair facility with necessary certifications. These fuel management panels are critical components for the aircraft's operational efficiency and safety. Interested vendors must submit their quotations by December 11, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil. The contract is unrestricted, with a delivery timeline of 250 days for repairs and modifications.
    STARTER MOTOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of eight starter motors, identified by NSN 6110-01-453-2183, which are essential for operational readiness. The motors must meet specific requirements, including packaging in accordance with ASTM-D5118 standards and proper marking as per MIL-STD-129R, ensuring they are preserved and secured to prevent damage during transport. This procurement is critical for maintaining the functionality of Coast Guard equipment, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 8, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, and must be registered in the System for Award Management (SAM).
    STARTER, MOTOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of six motor starters (NSN 6110-01-452-4963, Part W200M5CFC) through Request for Quote (RFQ) 70Z08526Q30002B00. This procurement is critical for maintaining operational readiness and functionality of motor vehicle electrical systems within the Coast Guard fleet. Vendors must ensure compliance with strict packaging and labeling requirements, deliver to Baltimore, MD, and submit their quotes by December 18, 2025, at 1 PM EST, with a required delivery date of January 18, 2025. Interested parties should contact Christopher Huertas-Rolon at Christopher.A.Huertas-Rolon@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.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.
    USCGC HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.