Opportunity

SAM #70Z08526Q0024400

US Coast Guard Solicitation for Caterpillar Generator Alignment, Cleaning, and Load Banking Services at FLETC Base Charleston

Buyer

USCG Surface Forces Logistics Center Procurement Branch 2

Posted

April 16, 2026

Respond By

April 26, 2026

Identifier

70Z08526Q0024400

NAICS

811310

This procurement seeks specialized generator maintenance and testing services for the US Coast Guard Cutter JAMES at FLETC Base Charleston. - Government Buyer: - U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Procurement Branch 2, Department of Homeland Security - OEMs and Vendors: - Caterpillar (OEM for 3512B Ship Service Diesel Generators) - Products/Services Requested: - Alignment of two Caterpillar 3512B Ship Service Diesel Generators (SSDGs) - Includes air-gap measurements, coupling inspection, shaft alignment, and tapered pin installation - Commercial cleaning of heat exchangers for both SSDGs using OEM-approved solvents and procedures - Load testing of both SSDGs using a contractor-furnished, NRTL-approved 1500 kW resistive load bank - Includes cable installation, grounding, data collection, and submission of test plans and reports - Unique or Notable Requirements: - Contractors must be OEM-authorized and provide certified technical representatives for all work - All work must follow Caterpillar OEM procedures and use OEM-approved materials - Detailed operational testing and documentation are required after repairs - Small business set-aside under NAICS 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) - Place of Performance: - All services to be performed aboard CGC JAMES at FLETC Base Charleston, North Charleston, SC

Description

The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation.

This requirement consists of providing pinning and alignment, cleaning of the coolers, and load banking   in support of 02 SSDG’s. The contractor will perform services that include, but are not limited to, 3 high-level tasks such as inspection, maintenance, and repair. The contractor will perform all work at FLETC Base Charleston, North Charleston SC.

The period of performance runs from 05MAY2026 through 14MAY 2026.

This acquisition is a total small business set-aside under NAICS code 811310, with a corresponding small business size standard of $12.5 million in average annual sales. The applicable Product Service Code (PSC) is J061.

The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical capability and past performance, including the offeror’s demonstrated ability to successfully perform similar requirements.

The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.

Offerors are encouraged to submit a narrative quotation describing their understanding of the requirement and their approach to performing the services described in the statement of work. The quotation should provide sufficient detail to allow the Government to evaluate technical capability, relevant experience, and any proposed use of subcontractors.

The Government will also evaluate the offeror’s proposed subcontracting approach, including the offeror’s ability to manage subcontracted effort and comply with all contract requirements.

Offerors shall identify any subcontractors proposed to perform major or critical aspects of the work under this contract. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed work. The Government will evaluate the qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.

Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific proposal format. Offerors must submit a quotation that clearly demonstrates the ability to meet the requirements of the statement of work. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.

Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with contract performance, including but not limited to labor, materials, overhead, profit, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees.

The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.

Submit all questions via email to the points of contact (POC) identified in this notice. The Government will not accept telephone inquiries.

View original listing