Opportunity

SAM #52000PR260024712

Engine Removal and Reinstallation Services for USCG 47-foot Motor Lifeboats near Ilwaco, WA

Buyer

USCG SFLCPB-3

Posted

May 11, 2026

Respond By

May 15, 2026

Identifier

52000PR260024712

NAICS

336611, 488390

The U.S. Coast Guard is seeking commercial services to support engine removal and reinstallation for two 47-foot Motor Lifeboats at the National Motor Lifeboat School near Ilwaco, Washington. - Government Buyer: - U.S. Coast Guard, Surface Forces Logistics Center (SFLC) - National Motor Lifeboat School - SFLC Procurement Branch 3 (00040), Baltimore, MD - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Haul out and transport of two 47-foot Motor Lifeboats (hull numbers 47283 and 47284) to contractor's facility - Secure, on-site storage for each vessel for up to 60 days with USCG access - Certified crane services and licensed operator for engine removal and reinstallation (two lifts per vessel) - All personnel, labor, materials, equipment, transportation, and supervision for the above tasks - Unique or Notable Requirements: - Contractor facility must be within 30 miles of Ilwaco, Washington - Environmental and safety compliance is mandatory - Contractor must provide secure storage and allow USCG access during business hours - The government will handle engine disconnection, reconnection, and repairs, and provide necessary pallets or stands - Submission of Condition Found Report for discrepancies outside the scope - Invoicing through the government IPP system - Small Business Set-Aside, firm fixed price contract

Description

Combined Synopsis/Solicitation for Commercial Services

Solicitation Number: 52000PR260024712 (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: This solicitation is a Small Business Set-Aside.

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:

Contractual Point of Contact:

Name: Joshua Richardson

Email: Joshua.C.Richardson2@uscg.mil

Technical Point of Contact:

Name: 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: 52000PR260024712.

Performance Work Statement (PWS)

1. General Information

Unit: National Motor Lifeboat School Asset Type: 47' Motor Lifeboat (MLB) Hull Numbers: 47283 and 47284

2. Background

Both port main diesel engines aboard the 47-foot Motor Lifeboats (MLB), hull numbers 47283 and 47284, need to be removed from the vessels for overhaul.

3. Scope of Work

The Contractor shall provide all necessary personnel, labor, materials, equipment, transportation, and supervision to haul out the vessels, provide temporary storage, and supply crane services for engine removal and reinstallation for two 47' MLB vessels as defined in this Performance Work Statement.

4. Specific Tasks

For each vessel (47283 and 47284):

Task 1: Vessel Haul-Out and Transport Safely haul out the MLB from the water at a time coordinated with the USCG POC. Transport the vessel to the contractor's designated work/storage area. Securely place the vessel on appropriate blocks in a manner that ensures stability and provides safe access for USCG personnel. Task 2: Vessel Storage and Protection* Provide secure, on-site storage for the MLB for the duration of the engine repair work, up to 60 days per vessel. Ensure USCG personnel have access to the vessel during the contractor's normal business hours. Task 3: Crane Services for Engine Removal and Installation Provide a certified crane and a licensed operator for two separate crane lifts. Lift 1 (Removal):* In coordination with the USCG POC, the contractor shall lift the engine from the vessel and place it on a government-provided pallet or stand at a designated location on-site. Lift 2 (Installation):** Upon completion of repairs by the government and in coordination with the USCG POC, the contractor shall provide a second crane lift to reinstall the engine into the vessel.

5. Deliverables

An itemized invoice is to be sent to Mitchell.T.Sabo@uscg.mil upon completion of the work for both vessels.

6. Place of Performance

Services shall be performed at the Contractor's facility located within 30 miles of Ilwaco, Washington.

7. Period of Performance

All work shall be completed within 30 days of contract award. Work shall be performed during the contractor's normal business hours, unless otherwise coordinated with the USCG Point of Contact.

8. Government Responsibilities

USCG personnel will be solely responsible for the removal of soft patches and the disconnection of the engines from the vessels' systems prior to removal. USCG personnel will be solely responsible for the connection of the engines to the vessels' systems after reinstallation. USCG personnel will perform all inspection and repair work on the removed engines. The Government will provide any necessary pallets or stands for the removed engines.

9. 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 and submit a written Condition Found Report (CFR) detailing the discrepancy, recommended corrective action, cost, and schedule impact. No additional work outside the approved Scope of Work shall be performed without written authorization from the Government.

10. Environmental and Safety Compliance

The contractor shall, without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state, and local laws and environmental and safety regulations. The contractor is responsible for the overall safety of the worksite.

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. 52.222-41 Service Contract Labor Standards. 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.

View original listing