Opportunity

SAM #70Z08026QDL038A

USCG Solicitation for Rolls-Royce Cylinder Head Diesel Overhaul and Repair Services

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

May 08, 2026

Respond By

May 13, 2026

Identifier

70Z08026QDL038A

NAICS

811310

The U.S. Coast Guard is seeking overhaul and repair services for 80 Rolls-Royce Solutions GmbH Cylinder Head Diesel units used on MTU 4000 Series engines aboard 154-foot WPC vessels. - Government Buyer: - United States Coast Guard (USCG) Surface Forces Logistics Center, SFLC Procurement Branch 1 - OEMs and Vendors: - Rolls-Royce Solutions GmbH (OEM) - Products/Services Requested: - 80 Cylinder Head Diesel units (NSN 2815-12-401-6623, Part Number EX52904100073/EX52904100127) - Used on MTU 4000 Series engines for 154-foot WPC vessels - No substitutes or alternate part numbers permitted; only OEM or authorized sources accepted - Overhaul and repair services: - Disassembly, cleaning, inspection, repair, testing, preservation, coating, assembly, and packaging to OEM "Service Ready A" condition - Detailed inspection reporting and certification required - Replacement parts must be new OEM parts - Packaging in reusable wooden crates per OEM and overhaul description specifications - Inspection fee applies if items are beyond economic repair - Unique/Notable Requirements: - Strict compliance with OEM specifications and overhaul description - USCG does not provide proprietary data or drawings - Delivery to USCG SFLC Receiving Room, Baltimore, MD - Total small business set-aside under NAICS 811310 - Estimated contract value: $323,862.40 - Place of Performance and Delivery: - Work performed on 154-foot WPC vessels (Coastal Patrol cutters) - Delivery location: USCG SFLC Receiving Room, Baltimore, MD

Description

The United States Coast Guard Surface Forces Logistics Center has a requirement to Open, Inspect, Report, and Possible Overhaul of the item listed below and is requesting a quotation:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as 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 70Z08026QDL038 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 3/13/26. 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

NSN: 2815 12 401 6623

OEM: ROLLS ROYCE SOLUTIONS GMBH

PN: EX52904100127

QTY: 80 EA

Open, Inspect, Report with possible repair in accordance with the Overhaul Description and OEM Specs.

Inspection Cost: $__________ EACH (this cost will be paid if items are beyond economic repair)

Firm Fixed Repair Price: $___________ EACH.

This acquisition involves parts used for the U. S. Coast Guard Medium Endurance 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.

Packing and Marking:

All items shall be individually packaged and marked per sections 3.9.2 and 3.9.3 of overhaul description.

Packing: Material shall be packed in containers meeting ASTM D-3951 and shall be suitable for shipment by rail or motor freight. The contractor shall package items to prevent damage during shipment. Equipment shall be packaged in skid-mounted shipping containers, suitable for handling with a forklift, and suitable for long-term inside storage in a warehouse. Containers shall be assembled with screws for ease of removal of the cover or lid from the base. The generator shall be bolted to the framing system. Suitable cribbing shall be provided to prevent damage during shipment. Protrusions, projections, corners, sharp edges, and fragile areas shall be cushioned as required. The generator hub coupling on the rotor shall be supported to prevent movement during transit. Fiber boards shall be inserted between the rotor and the stator with a yellow tag visible on the coupling end indicating to remove at installation.

Marking: Each package shall be marked. Shipping containers shall be stenciled with black enamel paint with the following information on two opposite sides in the upper left corner. Markings shall be at least 3/4 inch high in black characters on a white painted background. All previous markings and quality assurance decals shall be removed prior to applying new markings. Markings shall include:

NSN: 2815 12 401 6623 Item Name: CYLINDER HEAD DIESEL P/N: EX52904100127 Shipping Weight: xxxx Lbs (including crate) Government Contract No.: 70Z080XXXXXXXXXXX (per contract) Words: Coast Guard SFLC Material Condition A, 1 ea.

Delivery:

Delivery is required by 7/30/26. Please provide your proposed delivery address below. Deliveries are to be made Monday through Friday between 7:00 am and 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 occur after verification of preservation, individual packaging, marking requirements, and confirmation of no damage during transit. Non-compliance with packaging requirements will result in rejection and nonpayment.

The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Additional language includes:

Multiple awards will not be made. Vendors shall provide an all-or-nothing quote for the requirement.

Award will be made to the lowest priced, technically acceptable offeror.

The contractor shall provide a TOTAL FIRM FIXED PRICE WITH INSPECTION FEE covering all equipment and shipping costs to the addresses specified under delivery.

Vendor registration at https://www.sam.gov is required prior to quote submission. Each offeror’s record in FAPIIS will be reviewed before award. No award will be made to any offeror with 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 (NOV 2023), with their offer if 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 Products and Services (DEC 2023)

The contractor shall comply with the following FAR clauses, incorporated by reference, to implement laws or executive orders applicable to commercial products and services:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Dec 2023) (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (6) 52.233-3, Protest After Award (Aug 1996) (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)

Additional clauses follow in similar structured format, covering various FAR clauses related to small business, labor standards, environmental, and other statutory requirements, each listed with their respective clause numbers, titles, and effective dates.

14. Electronic Submission of Payment Requests

(a) Definitions:

View original listing