Opportunity

SAM #52155PR260000181

US Coast Guard Seeks Shaft and Rudder Alignment Services for 87' Cutter at Base Ketchikan, AK

Buyer

USCG Base Ketchikan

Posted

April 20, 2026

Respond By

May 06, 2026

Identifier

52155PR260000181

NAICS

336611, 811310, 541330

This procurement seeks specialized shaft and rudder bearing alignment services for an 87-foot US Coast Guard Cutter at Base Ketchikan, Alaska. - Government Buyer: - U.S. Coast Guard, Base Ketchikan, Alaska - OEMs and Vendors: - Wartsila (OEM for EL Seals Kit, PN: H75492-01) - Products/Services Requested: - Shaft and rudder bearing alignment services for an 87' WPB cutter - Includes optical or laser alignment surveys of propulsion shaft bearing carriers and rudder bearing housings - Assistance with installation of new bearing carriers and Wartsila Rudderstock Seal Type EL system support - Government-furnished material: Wartsila EL Seals Kit (PN: H75492-01, NSN: 2040-01-565-9776, quantity 2) - Unique or Notable Requirements: - Contractor must provide a qualified technical representative and necessary alignment equipment (optical or laser) - Contractor must demonstrate past performance on similar projects - Technical approach and tooling details required in proposal - Technical factors are weighted significantly more than price in evaluation - Place of Performance: - USCG Base Ketchikan, 1300 Stedman St., Ketchikan, AK 99901

Description

This is a solicitation for commercial services prepared in accordance with FAR Part 12, as supplemented with additional information included in this notice. 

The U.S. Coast Guard (USCG) has a requirement for a qualified contractor to perform propulsion shaft and rudder alignment services for an 87' U.S. Coast Guard Cutter (WPB), in accordance with the Statement of Work (SOW) provided as an attachment to this solicitation.

CLIN 0001 – Propoulsion Shaft and Rudder ALignment Services – 1 Job

Performance of requirements will be at: USCG Base Ketchikan 1300 Stedman St. Ketchikan, AK 99901

Applicable Provisions and Clauses:

Provisions

FAR 52.212-1 (DEVIATION), Instructions to Offerors—Commercial Products and Commercial Services, applies to this acquisition. Addenda to this provision are:

Offeror shall provide a brief technical narrative (no more than 3 pages) describing their approach to the alignment procedures and the specific tooling (e.g., laser, optical) they will utilize. Offeror shall provide a capability document (no more than 5 pages) detailing past performance on at least two (2) similar projects involving shaft or rudder alignment on vessels of similar size and complexity. Offeror shall provide a firm-fixed-price for CLIN 0001

FAR 52.212-2, Evaluation—Commercial Products and Commercial Services, applies to this acquisition. The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Basis for Award: Best Value Tradeoff. Technical Factors (Significantly More Important than Price):

<ol>
    <li>
    <p><strong>Past Performance:</strong>&nbsp;The offeror&#39;s demonstrated experience performing similar alignment services on similar vessels.</p>
    </li>
    <li>
    <p><strong>Technical Capability:</strong>&nbsp;The offeror&#39;s technical narrative demonstrating a clear understanding of the SOW requirements and a sound technical approach.</p>
    </li>
</ol>
</li>
<li>
<p><strong>Price:</strong>&nbsp;The Government will evaluate the offeror&#39;s total firm-fixed-price for CLIN 0001 for fairness and reasonableness.</p>
</li>

52.216-1 Type of Contract (Deviation)

The Government contemplates award of a firm fixed price contract resulting from this solicitation.

(End of provision)

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation)

(a) The Government will not enter into a contract with any corporation that—

(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or

(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) representation of offeror is included in the attached provisions and clauses

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2024)

52.204-7 System For Award Management – Registration (Deviation)

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications

52.252-1 Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52

Clauses

52.252-2 Clauses Incorporated by Reference (Feb 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):  https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52

52.232-39 Unenforceability of Unauthorized Obligations

52.212-4 Terms and Conditions—Commercial Products and Commercial Services (Deviation)

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-13  System for Award Management – Maintenance (Deviation)

52.209-10  – Prohibition on Contracting with Inverted Domestic Corporations (Deviation)

52.219-6 – Notice of Total Small Business Set-Aside (Deviation)

52.219-14 – Limitations on Subcontracting (Deviation)

52.222-3 – Convict Labor (Deviation)

52.222-36 – Equal Opportunity for Workers with Disabilities (Deviation) 52.222-41 – Service Contract Labor Standards (Deviation)

52.222-42 – Statement of Equivalent Rates for Federal Hires (May 2014)

52.222-50 – Combating Trafficking in Persons (Deviation)

52.222-62 – Paid Sick Leave Under Executive Order 13706 (Deviation)

52.226-8 – Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2014)

52.232-40 – Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)

52.232-90 – Fast Payment Procedure (Deviation)

52.233-1 – Disputes (Deviation)

52.233-3 – Protest After Award (Deviation)

52.233-4 – Applicable Law for Breach of Contract Claim (Deviation)

52.240-91 – Security Prohibitions and Exclusions (Deviation)

52.244-6 – Subcontracts for Commercial Products and Commercial Services (Deviation)

Submission and Contact Information:

Quotes shall be submitted via email to Benjamin Reedy at Benjamin.R.Reedy@uscg.mil.

All contractual and technical questions must be submitted via email by  30APR26 @ 8:00 AM AKDT, to Benjamin Reedy at the email address above to be considered.

Offeror shall provide confirmation of ability to meet the desired start date of 25MAY26, OR provide an alternative next closest period for the Government to consider.

View original listing