Skip to content
Department of Homeland Security

USCGC HEALY MDE TECHNICAL OVERHAUL SERVICES

Solicitation: 70Z8526Q002932
Notice ID: aa0681e473144c27873b8fda05c50ccb

Special Notice from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: OR. Response deadline: Feb 13, 2026. Industry: NAICS 336611 • PSC J020.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,593,880,397
Sector total $20,354,308,656 • Share 52.0%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
52.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OR
Live POP
Place of performance
Portland, Oregon • 97217 United States
State: OR
Contracting office
Alameda, CA • 94501 USA

Point of Contact

Name
DONNA O'NEAL
Email
Donna.J.O'Neal@uscg.mil
Phone
5103931145
Name
ULISES BALMACEDA
Email
Ulises.O.Balmaceda@uscg.mil
Phone
2068200307

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 2(00085)
Office
Not available
Contracting Office Address
Alameda, CA
94501 USA

More in NAICS 336611

Description

NOTICE OF INTENT TO SOLE SOURCE 70Z8526Q002932

The Department of Homeland Security {DHS}, United States Coast Guard {USCG} Surface Forces Logistics Center {SFLC}, located at 1 Eagle Road Bldg. 55, Alameda CA 94501 is issuing this Notice of Intent {NOI} to inform industry contractors of the Government's intent to Award a Sole Source Firm Fixed Price {FFP} Contract IAW Federal Acquisition Regulation {FAR} Part 12 and 13 procedures.

The intended Contractor DEFENSE MARITIME SOLUTIONS, 3617 Koppens Way, Chesapeake, VA, 23323 United States.

USCG SFLC requires: USCGC HEALY MDE Technical overhaul service request.

This procurement is being conducted using commercial item procedures pursuant to Federal Acquisition Regulation {FAR} Part 12 and FAR Part 13, specifically FAR 13.106-1{b}{1}, allowing the Contracting Officer

{KO} to solicit from one source.

The North American Industry Classification System {NAICS} for this requirement is 336611 - Ship Building and Repairing. The Product of Service Code for this requirement is J020. This will not be a small business under the Small Business Administration {SBA} size standard for this sector.

This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to

the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. A determination by the Government not to complete this action based on this notice is solely within the discretion of the Government.

All inquiries and concerns must be addressed in writing via e-mail to Ms. Oneal at donna.j.oneal@uscg.mil with the following information referenced in the subject line, Solicitation 70Z8526Q002932. A determination by the Government not to complete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit an offer or quotation which shall be considered by the agency no later than 8:00 AM Pacific Time

{PST} on February 13, 2026, to Ms. Oneal at donna.j.oneal@uscg.mil

The interested parties bear full responsibility to ensure complete transmission and timely rece

USCGC HEALY (WAGB 20)

SPECIFICATION FOR HEALY MDE TECHNICAL REPRESENTATIVE AND SHOP OVERHAUL SERVICES FY26

  

  

  

Developed By: LT Sarah Passilla

(12 December 2025)

Revisions Record

This page is used to record specification revisions, which may have occurred after a Revision 0 (Rev-0) package. Information listed is intended to provide contractors and field unit personnel with a means to ensure all the current specification revision pages are present when reviewing or utilizing this specification package.

DATE

REV #

CHANGES MADE

  1. SCOPE
    1. Intent.  This work item describes the requirements for the Contractor to provide the services of a Defense Maritime Solutions, Inc. certified repair facility and technical representative to oversee main diesel engine maintenance listed in Table 1. 
    2. Government-furnished property (GFP).

MTI

ITEM DESCRIPTION

NSN

P/N

QTY

N

MAIN BEARING KIT

016545783

KS12100

12

N

BIG END BEARING KIT

016548091

KS33260

08

N

CAM UPPER BEARING SHELL

014460425

KS42171

08

N

CAM LOWER BEARING SHELL

014461424

KS42172

08

N

CAM LAPPED BEARING RING HALVES

014461431

KS42180

02

N

FUEL DELIVERY VALVE AND PIPE SEAL

01HLY0273

KS27266

96

N

FUEL INJECTOR O-RING

014648552

KS27025

144

N

FUEL INJECTOR O-RING

014648530

KS27027

50

N

Pre-Lube Pump, Screw Type

123534694

SLS440ER52U12.1W1-PN16PN16

01

  1. REFERENCES

COAST GUARD DRAWINGS

Coast Guard Drawing 420-WAGB 801-1, Rev K, Booklet of General Drawings

Coast Guard Drawing 420-WAGB 259-001, Rev H, Diagram Combustion Air & Exhaust Gas System

Coast Guard Drawing 420-WAGB-233-528, Rev F, Arrangement of Pipe Connections - Diesel Generator Set

Coast Guard Drawing 420 WAGB 259-005, Rev C, Machinery Plant Exhaust Gas Piping A & D

COAST GUARD PUBLICATIONS

Coast Guard Technical Publication (TP) 5016, 20-APR-16, S9233-Dh-MMC-010 - Main Diesel Engine (MDE) (Volume 1)

Coast Guard Technical Publication (TP) 5017, 01-JAN-97, S9233-Dh-MMC-020 - Main Diesel Engine (MDE) (Volume 2)

Coast Guard Technical Publication (TP) 5018, 01-JAN-97, S9233-Dh-MMC-030 - Main Diesel Engine (MDE) (Volume 3)

Coast Guard Technical Publication (TP) 5019, 01-JAN-97, S9233-Dh-MMC-040 - Main Diesel Engine (MDE) (Volume 4)

Coast Guard Technical Publication (TP) 5020, 14-JUN-06, S9233-Dh-MMC-050 - Main Diesel Engine (MDE) (Volume 5, Part 1)

Coast Guard Technical Publication (TP) 5020, 14-JUN-06, S9233-Dh-MMC-050 - Main Diesel Engine (MDE) (Volume 5, Part 2)

Coast Guard Technical Publication (TP) 5022, 02-JUN-06, S6265-A4-MMC-010 - Main Generators, Synchronous

Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements

Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures

OTHER REFERENCES

Code of Federal Regulations (CFR) Title 29, Part 1915, 2020, Occupational Safety and Health Standards for Shipyard Employment

  1. REQUIREMENTS
    1. General.

3.1.1 Hazardous Waste disposal. Contractor shall comply with Surface Forces Logistics Center (SFLC) Std. Spec 0000 Appendix B, Requirements for Environmental Protection at USCG Facilities for hazardous waste (HW) disposal.

3.1.2 Schedule and Progress. The Contractor shall provide planning document(s) IAW SFLC Std Spec 0000 and hold a weekly progress meeting for all stakeholders. The Contractor shall also hold a daily production meeting with Port Engineer staff.

3.1.3 Condition Found Report (CFR) Submission. The Contractor is not required to sign CFRs.

3.1.3.1 All CFRs that include a recommended repair shall include proposed change language to the specification.

3.1.3.2 The Contractor shall maintain a spreadsheet tracking all CFR deliverables required by the contractor. The spreadsheet will be provided to the Port Engineer weekly.

3.1.4 Technical Representative.  The Contractor shall provide the services of a Defense Maritime

Solutions, Inc. certified Technical Representative (Tech Rep), who is familiar with - the Sulzer 12ZAV40S Diesel Engine, manufactured by Wartsila Inc., to accomplish the following tasks – on site:

              • Provide manufacturer's proprietary information, software, and tools pertinent to the equipment/system.
              • Assist with proper repair methods and ensure compliance with manufacturer's procedures and standards during disassembly, inspection, repair, modification, calibration, and reassembly of the equipment/system.

3.1.4.1.1 Tech Rep shall be present for all disassembly, inspection, reassembly, and testing of the Diesel Engine components.

3.1.4.1.2 The Contractor shall provide a Tech Rep that is a certified Mechanical Superintendent of Wartsila Inc.

3.1.4.1.3 The Contractor shall submit the name and resume of the Tech Rep to the Port Engineer at the award of the contract.

        1. The Contractor shall be required to have this Tech Rep present during the period of performance during normal work hours. 

3.1.4.2.1 Protective measures. The Contractor shall take protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3, as applicable, in addition to all other requirements that may be specified in individual work items, to prevent contamination and surface damage of non-affected shipboard equipment, components, and spaces.

3.1.4.2 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences).

      1. General Information

3.1.5.1 Period of Performance: The period of performance begins on or around 16 February 2026 and ends on 25 May 2026. Additional labor and per diem may be recommended via a Condition Found Report. The contractor is not authorized to incur additional labor or per diem costs without approval.

3.1.5.1.1 Normal work hours will be Monday through Friday, 0700-1600. Work outside of the normal work hours shall be communicated to the Port Engineer.

3.1.5.1.2 The Contractor may be required to work outside of the normal working hours and days, to include weekends to maintain schedule.  

        1. Recognized Federal Holidays: The following holidays will not be workdays for the Government or the Contractor unless otherwise agreed upon between the Contractor and the Port Engineer. 
            • President’s Day (Monday, 16 February 2026)
        2. Place of Performance: The work to be performed under this contract will be conducted at the shipyard awarded the drydock availability of USCGC HEALY. The place of performance will be:

Vigor Marine Drydock

5555 N Channel Ave, Portland, OR 97217

        1. Reporting Requirements:  Contractor personnel shall report to the Port Engineer any information or circumstances of which they are aware that may pose a threat to the security or safety of U.S. Coast Guard personnel, contractor personnel or resources, immediately.  
        2. Occupational Safety and Health and Environmental Standards: The Contractor must provide all required personal safety equipment for their employees, such as, but not limited to; safety helmet, safety glasses and shoes, floatation devises, and hearing protection.  All safety equipment must meet OSHA standards. Failure of the Contractor employees to comply with the above requirements could result in a shutdown of operations.  The Contractor must also have a current Safety Plan, which shall be submitted for review as part of their quote. 

3.1.2.4.1 The Contractor is responsible to comply with all applicable Federal, State and local environmental laws and regulations including but not limited to the Clean Water Act, the Oil Pollution Act, the Endangered Species Act, and the Coastal Zone Management Act. 

    1. Scope.

3.2.1 The HEALY is equipped with four (4) Sulzer 12ZAV40S Main Diesel Engines (MDE).  Each MDE is attached to a propulsion generator.

3.2.2 The work to be accomplished on each MDE is listed in Table 1. The contractor is to supply all parts to complete this work not provided as GFP in paragraph 1.2.

      1. All engine work in Table 1 shall be conducted in accordance with Coast Guard Technical

Publication (TP) 5018, 01-NOV-03, S9233-Dh-MMC-030 - Main Diesel Engine (MDE) (Volume 3) unless otherwise specified in this document.

TABLE 1 – WORK TO BE ACCOMPLISHED

                        

CLIN 001 - MDE NO. 1 (ENGINE SERIAL NUMBER 2028/740389)

Description of Work

Amplifying Info

Tech Pub Reference

Crank Pin Bearings Inspection (M-H-7352)

Bearings A1, B1

Vol 3. 3302-1/A1

Camshaft Bearing Inspection (M-H-7353)

Bearings A3, B3

Vol 3. 4201-1/A1

Camshaft Inspection (M-H-7347)

All Camshafts

Vol 3. 4101-1/A1, 4201-1/A1

Crankshaft Web Deflection Inspection (M-C-

10722)

All Cranks

Vol 3. 3101-1/A1

Crankshaft Counterweight Studs Inspection (M-A-7521)

All Counterweights

Vol 3. 3101-3/A1

MDE Main Bearing Inspection (M-H-7354)

Bearings 3, 6

1201-2/A1

Pre-Lube Pump Renew (M-C-7334)

Number 1 Complete Pump Renewal

Camshaft Thrust Bearings

Bearings A, B

4201−1/A1

CLIN 002 - MDE NO. 2 (ENGINE SERIAL NUMBER 2025/740386)

Description of Work

Amplifying Info

Tech Pub Reference

Crank Pin Bearings Inspection (M-H-7352)

Bearings A1, B1

Vol 3. 3302-1/A1

Camshaft Bearing Inspection (M-H-7353)

Bearings A3, B3

Vol 3. 4201-1/A1

Camshaft Inspection (M-H-7347)

All Camshafts

Vol 3. 4101-1/A1, 4201-1/A1

Crankshaft Web Deflection Inspection (M-C-

10722)

All Cranks

Vol 3. 3101-1/A1

Crankshaft Counterweight Studs Inspection

(M-A-7521)

All Counterweights

Vol 3. 3101-3/A1

MDE Main Bearing Inspection (M-H-7354)

Bearings 3, 6

1201-2/A1

Fuel Pump Injection Pumps (M-H-7358)

All

Vol 3. 5501-1/5501-2

CLIN 003 - MDE NO. 3 (ENGINE SERIAL NUMBER 2026/740387)

Description of Work

Amplifying Info

Tech Pub Reference

Crank Pin Bearings Inspection (M-H-7352)

Bearings A1, B1

Vol 3. 3302-1/A1

Camshaft Bearing Inspection (M-H-7353)

Bearings A3, B3

Vol 3. 4201-1/A1

Camshaft Inspection (M-H-7347)

All Camshafts

Vol 3. 4101-1/A1, 4201-1/A1

Crankshaft Counterweight Studs Inspection

(M-A-7521)

All Counterweights

Vol 3. 3101-3/A1

Crankshaft Web Deflection Inspection

(M-C-10722)

All Cranks

Vol 3. 3101-1/A1

MDE Main Bearing Inspection (M-H-7354)

Bearings 3, 6

1201-2/A1

CLIN 004 - MDE NO. 4 (ENGINE SERIAL NUMBER 2027/740388)

Description of Work

Amplifying Info

Tech Pub Reference

Crank Pin Bearings Inspection (M-H-7352)

Bearings A1, B1

Vol 3. 3302-1/A1

Camshaft Bearing Inspection (M-H-7353)

Bearings A3, B3

Vol 3. 4201-1/A1

Camshaft Inspection (M-H-7347)

All Camshafts

Vol 3. 4101-1/A1, 4201-1/A1

Crankshaft Web Deflection Inspection

(M-C-10722)

All Cranks

Vol 3. 3101-1/A1

Crankshaft Counterweight Studs Inspection

(M-A-7521)

All Counterweights

Vol 3. 3101-3/A1

MDE Main Bearing Inspection (M-H-7354)

Bearings 3, 5, 6

1201-2/A1

Camshaft Thrust Bearings

Bearings A, B

4201−1/A1

                        

3.2.4 Labor to accomplish engine work will be provided by the Coast Guard Naval Engineering Department Seattle, HEALY Port Engineers, and/or Ship’s force. 

3.2.5 Any parts that are being reused shall be installed in the same location from which they were removed.

3.2.6 Operational test, initial. Prior to commencement of work, the Contractor shall witness Coast Guard personnel perform an initial operational test of the engines and exhaust system to demonstrate existing operational condition. Submit a CFR to Port Engineer.

NOTE

Other contractors and Coast Guard personnel may be conducting maintenance within the generator rooms. Coordination with these contractors and the Port Engineer will be paramount for the successful completion of all work items.

3.2.7 Final Report. The contractor shall submit a final and comprehensive report in the form of a condition-found report (CFR) to the Port Engineer containing the results of all inspections in Table 1 and work accomplished.  Include all measurements taken compared with allowable clearance readings and a written assessment of the bearing and component wear. Include high resolution color photos of each bearing removed and any item presenting unusual wear. One electronic format (CD or DVD) and two-color hard copies of the report shall be delivered to the Port Engineer within three weeks of completion of sea trials. 

3.3 Engine Parts.  

3.3.1 Only certified OEM components, whether new or reconditioned, will be accepted.

3.3.2 The Contractor shall supply all required gaskets to complete all work listed in Table 1. 

3.4 General Conditions

3.4.1 Specialized tools listed in the manufacturer's technical instructions, which are required to remove the bearing shells for inspection, are available aboard the vessel.

3.5 Work plan. The Contractor shall develop a plan for collecting and disposing of waste and submit to the plan to the Port Engineer via CFR. The Contractor shall perform this work upon receiving Port Engineer approval of the plan.

3.6 Camshaft Bearing Inspection/Bearing Renewal (M-H-7353)

3.6.1 Contractor shall conduct a visual inspection of camshafts and running surfaces including but not limited to lobes and drive gear teeth within the first 50% of the period of performance. Submit CFR to Port Engineer.   

3.6.2 Contractor shall measure cam gear backlash and axial thrust clearance. Submit CFR to Port Engineer.  

3.6.3 If A1 camshaft bearings are being inspected, the Contractor shall remove governor drive housing and/or over-speed housing and any other interferences required to conduct camshaft bearing inspections. 

3.8 Acceptance Testing

3.8.1 Test Performance. All acceptance tests shall be performed in the presence of the Coast Guard Inspector. Only Coast Guard personnel will operate the Cutter’s equipment. Submit CFR to the Port Engineer of all test results within one week of test completion.

3.8.2 Test Plan. The Contractor shall submit a Test Plan via CFR to the Port Engineer for approval at least 2 weeks before any testing is conducted. The Test Plan shall include the load requirements for each test, duration of each test, and list any inspections to be performed during the testing.   

3.8.3 Operational Test – Post Repairs. After completion of work, the Contractor shall witness an operational test by Coast Guard personnel of all items or shipboard devices that have been disturbed, used, repaired, altered, or installed, to prove that they are in satisfactory operating condition. Submit a CFR to Port Engineer.  

3.8.4 Restore all systems and clear tags in accordance with the SFLC Standard Specification 0000 - General Requirements.  

NOTE

The ship's electrical load may not be able to supply the required electrical loads.  In this case, the engine will be operated up to the electrical load available.

3.8.5 Final Acceptance – The Coast Guard will accept the engine repairs as complete when these specifications are complete and the engines are operating within the OEM parameters with no discrepancies. If full load cannot be obtained due to insufficient electrical load requirements, the engine will be accepted based on testing with the available electrical load.

4.  NOTES

This section is not applicable to this work item.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.