Opportunity

SAM #70z08026QZB009

US Coast Guard Solicits Overhaul of Rolls Royce Fuel Metering Pumps for MTU 4000 Engines

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

April 01, 2026

Respond By

April 10, 2026

Identifier

70z08026QZB009

NAICS

811310

The U.S. Coast Guard Surface Forces Logistics Center (SFLC) is seeking inspection and potential overhaul services for five Rolls Royce Fuel Metering Distribution Pumps used on MTU 4000 Series Diesel Engines aboard Fast Response Cutters (FRC) and 154' WPC main diesel engines. - Government Buyer: - U.S. Coast Guard Surface Forces Logistics Center (SFLC) Procurement Branch 1 - OEMs and Vendors: - Rolls Royce Solutions America Inc. (OEM) - Pacific Power Products Company LLC (recommended source) - Stewart & Stevenson FDDA LLC (recommended source) - Products/Services Requested: - Five (5) Fuel Metering Distribution Pumps - NSN: 2910-01-683-8003 - Part Number: X59507300018/87 - For MTU 4000 Series Diesel Engines - Services: Open, inspect, report, and possible overhaul/repair of the pumps - Includes disassembly, cleaning, inspection, repair, coating, preservation (up to two years), packaging, testing, and certification to OEM and Coast Guard standards - Unique/Notable Requirements: - Only genuine Rolls Royce OEM parts and authorized repair facilities are acceptable - Vendors must provide documentation from Rolls Royce verifying authorized repair status - Substitute parts or part numbers are not permitted - Strict packaging, preservation, and marking requirements per overhaul description - Items must be delivered assembled and ready for installation - Delivery Location: - USCG SFLC Receiving Room, Baltimore, MD - Estimated contract value: $19,404

Description

United States Coast Guard Surface Forces Logistics Center Solicitation

The United States Coast Guard Surface Forces Logistics Center has a requirement to open, inspect, report, and possibly overhaul the item listed below and is requesting quotations:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation Number 70Z04026QZB009 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01, dated October 1, 2026. It is anticipated that a competitive price purchase order shall be awarded because of this synopsis/solicitation. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency.

This acquisition will be issued under NAICS 811310.

Item Details: NSN: 2910-01-683-8003 Pump: Fuel Metering Distribution OEM: Rolls Royce Solutions America Inc. PN: X59507300018/87 Quantity: 5 EA Open, inspect, report with possible repair in accordance with the overhaul description and OEM specifications. Inspection Cost: $__________ EACH (this cost will be paid if items are beyond economic repair) Firm Fixed Repair Price: $___________ EACH.

These parts are used for the U.S. Coast Guard Patrol Boat Product Line. Substitute parts or part numbers are NOT acceptable. The USCG does not own the rights to the proprietary data and therefore cannot provide drawings, specifications, or schematics for these parts. It is the Government’s belief that only Rolls Royce Solutions America Inc. and/or their authorized repair facility can obtain the required technical and engineering data, and genuine OEM parts, required to successfully repair these items. Concerns having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same within three (3) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized repair facility and verifying the OEM will supply only genuine OEM parts.

Packing and Marking: Material shall be individually packaged and marked in accordance with overhaul description.

Delivery: Delivery is required on 20 Aug 2026. Please provide your proposed delivery to the address below. Deliveries are to be made Monday through Friday between the hours of 7:00 am to 1:00 pm. Delivery shall be F.O.B. Destination to: United States Coast Guard (SFLC) Receiving Room, Bldg. #88 2401 Hawkins Point Road Baltimore, MD 21226 Estimated Delivery date: _________________

Inspection and Acceptance: F.O.B. DESTINATION Inspection and acceptance shall take place after verification of preservation, individual packaging and marking requirements, and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.

The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition, the following language applies to this provision: Multiple awards will not be made. Vendor shall provide an all-or-nothing quote for the requirement identified in (5) above. Award will be made to the lowest price offeror that is deemed technically acceptable. The Contractor shall provide a TOTAL FIRM FIXED PRICE WITH INSPECTION FEE for all necessary equipment and shipping cost to addresses shown under delivery. Vendor must be registered at https://www.sam.gov prior to quote submittal. Each Offeror’s record in FAPIIS will be reviewed prior to award. Award will not be made to any offeror who has any adverse financial information or exclusions. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (OCT 2025), with their offer, if this information is not already included in https://www.sam.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023), applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Product and Commercial Services (Mar 2026) applies as detailed in the solicitation.

Electronic Submission of Payment Requests (a) Definitions: A "Payment request" means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with FAR 32.905(b) and the applicable Payment clause included in this contract. Discount offerings and small business status, if available, shall be stated. If travel was allowable and approved, components in accordance with FAR 31.205-46 shall be provided. (b) The contractor shall submit payment requests electronically using the Invoice Processing Platform (IPP). The contractor will submit payment requests using the blank form in IPP. (c) Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (d) IPP enrollment information is at https://www.uscg.mil/fincen/IPP/.

Additional Clauses HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. As prescribed in (HSAR) 48 CFR 3012.301, insert the following clause: Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: X 3052.247-72 F.O.B. Destination Only. (End of clause)

Defense Priorities and Allocations System (DPAS) ratings are not applicable.

Quotes are due not later than 10 APR 26, by 10:00 am Eastern Daylight Savings Time (DST).

All questions regarding this notice shall be submitted in writing to Donna Scandaliato no later than Apr 10, 2026. Quotes shall be emailed to Donna.M.Scandaliato@uscg.mil.

Note: Due to the extensive length and complexity of the clauses related to FAR provisions, prohibitions, and compliance requirements, these have been summarized in the relevant sections above. For full details, please refer to the original solicitation document or contact the contracting officer.

View original listing