remove engine and installation of new engine
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: WA. Response deadline: Mar 12, 2026. Industry: NAICS 336611 • PSC J020.
Market snapshot
Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336611
Description
Combined Synopsis/Solicitation for Commercial Services
Solicitation Number: 52000PR260023258 (Request For Quote - RFQ)
This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
Agency: U.S. Coast Guard, Surface Forces Logistics Center (SFLC)
Contract Type: Firm Fixed Price Purchase Order
Set-Aside Information: Total Small Business
Evaluation Criteria: Quotes will be evaluated based on the following factors:
Technical Capability: The offeror’s ability to perform the services described in the Performance Work Statement.
Past Performance: The offeror’s record of relevant and recent past performance.
Price: Fair and reasonable pricing.
Point of Contact for Questions: For any questions regarding this solicitation, please contact:
Contracting Officer: Joshua Richardson
Email: Joshua.C.Richardson2@uscg.mil
For technical questions please contact
COR: Mitchell Sabo
Email: Mitchell.T.Sabo@uscg.mil
Submission of Quotes: Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil The subject line of the email should include the solicitation number: 52000PR260023258.
Performance Work Statement (PWS) / Statement of Work (SOW)
1. General Information
Unit: USCGC Active
Asset Type: 22 CBL
Hull Number: 22342
Location of Work: Port Angeles, WA
Period of Performance Dates: 3/05/2026 – 5/05/2026
Unit POC: Thomas R. Dalton III, USCG, LT
Phone: (360) 471-5970
Cell: (402) 432-7570
Email: Thomas.R.Dalton@uscg.mil
2. Background
This Statement of Work (SOW) outlines the requirements for the removal of an existing Volvo Penta diesel engine and the installation of a new, government-furnished Volvo Penta engine in a United States Coast Guard (USCG) Cutter Boat - Large (CBL). The contractor will be responsible for all labor, materials, and equipment necessary to complete the engine exchange, as well as the proper crating of the old engine for shipment.
3. Scope of Work Requirements
3.1 Contractor Responsibilities:
All work shall be performed in accordance with the engine manufacturer's (OEM) specifications, USCG regulations, and standard marine-industry best practices.
The contractor must have experience working on marine diesel engines, particularly Volvo Penta models.
The contractor shall be responsible for safeguarding the vessel and all government-furnished equipment during the project.
All personnel working on the vessel must adhere to all safety regulations and procedures.
All work shall be completed within and not to exceed 150 miles and 4 hours of Port Angeles, WA.
3.2 Specific Work Items:
Work Item 1 –
- Disconnect and label all electrical, fuel, cooling, and exhaust systems connected to the existing engine.
- Carefully remove the existing Volvo Penta engine from the vessel, taking all necessary precautions to avoid damage to the vessel or surrounding equipment.
- Prepare the engine bay for the installation of the new engine, including cleaning and inspecting the engine mounts and surrounding structures.
Work Item 2 –
- Install the new, government-furnished Volvo Penta engine into the vessel.
- Align the engine with the marine gear and propeller shaft to the manufacturer's specifications.
- Reconnect all electrical, fuel, cooling, and exhaust systems.
- Fill all engine fluids (oil, coolant, etc.) to the manufacturer's recommended levels.
Work Item 3 –
- Prepare the old engine for shipment by draining all fluids and capping all openings.
- Securely crate the old engine in a custom-built, durable wooden crate suitable for freight shipping.
- Ensure the crate is properly labeled for shipment as directed by the USCG. The USCG will be responsible for the actual shipping costs and arrangements.
Work Item 4 –
Upon completion of the installation, the contractor shall perform a series of tests to ensure the new engine is operating correctly. This includes, but is not limited to:
- Initial start-up and idle tests.
- Dockside operational tests to check for leaks and proper function of all systems.
- A sea trial with a USCG representative to verify performance under load.
4. Condition Found Report (CFR) Requirement
If additional discrepancies, deficiencies, or required repairs are identified that are outside the defined Scope of Work, the contractor shall:
- Immediately notify the Unit POC.
- Submit a written Condition Found Report (CFR) detailing:
- Description of discrepancy
- Recommended corrective action
- Parts and labor breakdown
- Cost estimate
- Impact to schedule
No additional work outside the approved Scope of Work shall be performed without written authorization from the Government. Unauthorized work will not be reimbursed.
5. Materials & Parts
- OEM parts required unless otherwise approved.
- Provide part numbers and specifications.
- All materials shall meet manufacturer and USCG standards.
6. Testing & Acceptance
- Conduct operational testing upon completion.
- Demonstrate proper functionality to USCG representative.
- Provide written service report and warranty documentation.
- Work considered complete upon Government acceptance.
7. Deliverables
- Itemized invoice
- Service report
- Parts list (with serial numbers if applicable)
- Warranty documentation (if applicable)
8. Environmental & Safety Compliance
- Proper disposal of hazardous materials.
- Spill prevention measures required.
- Compliance with all federal, state, and local regulations.
Invoicing
Invoicing in IPP: It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
FAR Clauses
This order is subject to but is not limited to the following Federal Acquisition Regulations:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-26 Covered Telecommunications Equipment or Services-Representation.
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services.
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services.
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services.
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services.
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
Service-Specific Clauses (Added for Services):
52.222-41 Service Contract Labor Standards (formerly Service Contract Act). (Required for service contracts over $2,500).
52.222-42 Statement of Equivalent Rates for Federal Hires.
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts).
52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.