Base Elizabeth City Replacement of Fuel Injection Pump
ID: 70Z08125QELIZ0012Type: Solicitation
AwardedMay 19, 2025
$10.3K$10,336
AwardeeFEDERAL CONTRACTS LLC Tampa FL 33612 USA
Award #:70Z08125PELIZ0102
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids from qualified small businesses for the replacement of a fuel injection pump and associated repairs on a Caterpillar generator located in Building 37 at Base Elizabeth City, North Carolina. The contractor will be responsible for providing all necessary supervision, labor, transportation, equipment, parts, tools, and materials to complete the work in accordance with the Statement of Work, ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining operational integrity at the facility and is strictly set aside for small businesses under NAICS code 811310, with a size standard of $12.5 million. Quotes must be submitted via email by 10:00 AM Eastern Time on May 9, 2025, and interested parties are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for construction work at the U.S. Coast Guard Base in Elizabeth City, NC, involving the repair of a generator in Building 37. The solicitation is designated number 70Z08125QELIZ00012, issued on April 25, 2025, and is strictly reserved for small businesses under NAICS code 811310, with a size standard of $12.5 million. Interested contractors must submit sealed bids by a specified deadline and can include any necessary performance and payment bonds. The evaluation criteria emphasize the lowest price technically acceptable, leading to a firm-fixed price contract. Questions regarding the solicitation must be submitted in writing to the Contracting Officer by May 2, 2025, with site visits encouraged but not mandatory. Failure to comply with submission requirements may result in offers being deemed ineligible. The document serves as a formal invitation for qualified small businesses to bid on government contracting opportunities while ensuring compliance with federal regulations and standards.
    The document outlines the scope of work for the repair of a generator located at Building #37 of the U.S. Coast Guard Base in Elizabeth City, NC. The contractor is required to provide all necessary resources, including labor, tools, and materials, to replace the fuel injection pump and perform associated repairs on a Caterpillar generator. Key requirements include adherence to safety standards, compliance with environmental regulations, and timely completion of work. The contractor must operate within defined working hours, acquire approvals for off-hour work, and ensure all materials are stored and handled according to regulations. Additionally, a one-year warranty on parts and labor is mandated. The work site must be restored to its original condition upon project completion, and all trash must be disposed of off-site. This RFP emphasizes the high standards of operational and environmental safety expected in government contracts, which aim to ensure the projector's efficiency and compliance with applicable laws and regulations.
    This document provides a comprehensive overview of Building #37, focusing primarily on the electrical vault and associated equipment, including the generator room and transfer switch. The structure's dimensions are outlined, alongside various views of the building from multiple sides, facilitating a clear understanding of its layout and components. The document indicates the presence of a Caterpillar generator, essential for power supply, and includes detailed information about the transfer switch and its data plate. The presentation of this information is structured in a systematic manner, focusing on the functionality and technical specifications required for infrastructure projects. This detailed approach is pertinent for federal or state RFPs and grants, as it aligns with standard practices for documenting and disseminating project specifications within governmental procurement processes. The contents may serve as a foundational resource for contractors or stakeholders interested in the operational integrity and modernization of government facilities.
    The document outlines the registered wage determinations under the Service Contract Act, specifically Wage Determination No. 2015-4401, Revision No. 27, dated 12/23/2024, applicable in North Carolina. It stipulates minimum wage rates as required under Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, workers must receive at least $17.75 per hour, while those applicable to earlier contracts are entitled to a minimum of $13.30 per hour. The wage schedule includes various occupations with specified hourly rates for roles in administrative support, automotive service, food preparation, health occupations, and many others, distinguishing between rates for different skill levels and experience. The document also mentions compliance requirements for contractors, including health and welfare benefits, vacation, and holiday provisions. Notably, it emphasizes paid sick leave requirements under Executive Order 13706 for applicable contracts. The conformance process for unlisted job classifications is briefly outlined, requiring contracts to classify such roles according to the established wage determination framework. This document serves as a critical resource for federal contracts, ensuring fair wages and worker protections under government guidelines.
    The document is a federal solicitation provision (FAR 52.212-3) outlining "Offeror Representations and Certifications" related to commercial products and services. It requires offerors to either complete their annual representations electronically in the System for Award Management (SAM) or fill out specific sections of the provision if not done electronically. Key definitions are provided, including what constitutes an economically disadvantaged women-owned small business (EDWOSB) and details regarding definitions of entities like inverted domestic corporations. The provision includes various representations regarding the status of the offeror as a small business, minority-owned, veteran-owned, and compliance with statutes and Executive Orders, focusing on ethical practices in contracting, obligations regarding the hiring of labor, and restrictions against utilizing certain telecommunications services. The overall purpose is to ensure transparency and compliance among offerors participating in government contracts, enhancing accountability and promoting socio-economic policies in federal acquisitions. This document serves as a critical reference for understanding eligibility, compliance, and the ethical landscape surrounding federal procurements and contracts.
    Similar Opportunities
    CYLINDER- HEAD, DIESEL ENGINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of diesel engine components, including 16 cylinder heads and 2 parts kits, from Caterpillar Defense. This unrestricted Request for Quote (RFQ) 70Z08526Q30007B00 requires vendors to provide brand-name items, with no substitutions permitted without prior approval from USCG technical experts. The components are critical for maintaining the operational readiness of Coast Guard vessels, and the selected vendor must ensure delivery by January 8, 2026, with quotes due by December 22, 2025, at 12 PM EST. Interested vendors must be registered in SAM.gov and include shipping costs to Baltimore, MD, with payments processed through IPP.gov on a NET 30 basis. For further inquiries, contact Gina Baran at gina.m.baran@uscg.mil or call 571-610-0488.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Brand Name; Pump, Axial Pistons
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six brand-name Axial Piston Pumps, as part of a combined synopsis/solicitation. The requirement includes opening, inspecting, reporting, and potentially overhauling the specified pumps, which are critical for various operational applications within the Coast Guard's logistics framework. Interested vendors must ensure compliance with strict packaging and marking requirements, as well as provide a firm fixed price for the services, with delivery to be made to the Coast Guard's facility in Baltimore, MD. Quotations are due by December 18, 2024, at 11:00 AM EST, and should be submitted via email to Chad Ball at chad.a.ball@uscg.mil.
    open inspect and report STARTER, ENGINE, ELECTRICAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide overhaul and repair services for electrical engine starters used in their 154' WPC MTU Main Diesel Engines. The procurement involves opening, inspecting, and reporting on two specific starter models, with a total quantity of 20 units, and requires the contractor to restore these starters to a service-ready condition that meets OEM specifications. This service is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that the equipment functions reliably in various maritime operations. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in SAM.gov prior to submission.
    Base Elizabeth City CG Day Tent Rental
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.
    COUPLING,SHAFT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide two hydraulic couplings under Request for Quote 70Z08526Q30006B00. The procurement requires the couplings to meet specific Coast Guard manufacturing standards and be delivered by January 16, 2026, with quotes due by December 16, 2025, at 12 PM EST. These hydraulic couplings are critical components for the Coast Guard's operational equipment, ensuring reliability and performance in various maritime applications. Interested vendors must be registered in SAM.gov, adhere to strict quality assurance protocols, and submit invoices via IPP.gov, with shipping to Baltimore, MD, included in the total price.
    FLEXIBLE COUPLING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of flexible couplings and drive shaft kits essential for the maintenance of 45’ RBM assets. The solicitation, identified by number 70Z04026Q50472B00, emphasizes the need for specific brand-name components due to their unique compatibility requirements, as indicated by the Justification for Other Than Full and Open Competition. The selected vendor will be responsible for delivering 50 flexible couplings and 20 drive shaft kits, with a required delivery date on or before March 8, 2026, to the Coast Guard's Surface Forces Logistics Center in Baltimore, Maryland. Interested vendors must ensure they are registered in SAM.gov and submit their quotations to Yannick Kassi by September 5, 2025, to be considered for this opportunity.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) for Fiscal Year 2026. The project entails the renewal of the 1 (Starboard) Main Diesel Engine, which may involve either a complete assembly replacement or a component-based build-in-place approach, adhering to detailed specifications and standards outlined in the associated documentation. This renewal is critical for maintaining the operational readiness and performance of the vessel, which plays a vital role in maritime safety and security. Interested parties can reach out to Monica Paul at monica.w.paul@uscg.mil or by phone at 206-815-3361 for further details regarding the procurement process.