Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 10 PM
Combined Synopsis/Solicitation
Saint petersburg Florida

52000QR250020069 USCGC VENTUROUS SHIPS SERVICE DIESEL GENERATOR LONG BLOCK

Details

Solicitation ID 52000QR250020069
Posted Date 01 Jul 2025 at 10 PM
Response Date 24 Jul 2025 at 1 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location Saint petersburg Florida United states 33701

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sign up to access Documents

Signup now

*This is the second modification to combined synopsis/solicitation NR 52000QR250020069. The Government has: 

        - Removed initially posted parts list

        - Attached revised parts list.

        - All other terms and conditions remain unchanged.

*This is a modification to the solicitation to delineate this procurement as a brand-name acquisition, attach the JOTFOC and incorporate specific FAR clauses for clarity, extended offers due date window*

CGC Venturous Caterpillar 3406 Engine Longblock “Overhaul Kit”

This requirement includes a brand-name only materials and/or services as outlined in the attached Statement of Work (SOW) and Specifications. Due to compatibility, standardization, and lifecycle support considerations, only Caterpillar Authorized Parts & Service Center products are acceptable for this requirement. Substitutions will not be considered.

This restriction is supported by a Justification and Approval (J&A) in accordance with FAR 11.105, attached to this solicitation. To ensure warranty compliance, safety, and proper integration with existing systems, only authorized vendors of Caterpillar, Inc. may provide parts or services under this requirement

Offerors must provide proof of authorized source status by submitting a valid Letter of Authorization (LOA) from the Original Equipment Manufacturer (OEM) or brand owner, confirming the vendor is an authorized distributor, reseller, or service provider for Caterpillar, Inc.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR250020069. This procurement will be processed in accordance with FAR Part 12.

The North American Industry Classification System (NAICS) is 336310. The small business size standard is 1050. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.


THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

The contractor shall provide CGC Venturous Caterpillar 3406 Engine Longblock “Overhaul Kit”

A. REQUIREMENT:

1. The U.S. Coast Guard is completing a long block exchange of a Caterpillar 3406 engine used as a ship service diesel generator onboard CGC VENTUROUS.

As we have been using CAT long block (OEM reman) replacement engines for some time now there isn’t a serial number associated to each engine.

We require an “overhaul kit” made up from the components listed in the enclosed document.   All components must be OEM (Caterpillar) new stock or remanufactured components.  We are not requesting any technical support or assistance with this project.

The vendor is responsible for return shipment of the cores from the vessel’s location to their facility.  The vendor must provide written instructions for the core return process.

We will notify the vendor when the cores are ready for shipment so they can dispatch a carrier to pick up the material.

NOTE: The vendor has 45 days after the return/receipt of cores to account for, inspect, & either accept or reject them in writing via an invoice.  If the vendor has not provided a written status on core returns before the end of this period, we will not be held finically responsible for core charges as a result of any missing, incomplete, or unacceptable items. 

As all parts are required to be OEM certified, the vendor will provide a 1,000 hour or 12-month warranty period. This warranty period will apply to all components listed in the long block parts kit. This warranty will require the vendor to provide all parts & labor as needed to correct for any component failure that might occur. The warranty period will start upon our receipt of the kit.

See attached SOW and Parts List for additional details.

2. Location of Performance (FBO Destination)

CGC VENTUROUS (WMEC 625)

600 8TH AVE SE.

ST. PETERSBURG, FL 33701

ATTN: LT ANTHONY MEDLAR

3. REQUIRED DELIVERY SCHEDULE: The kit must be delivered complete to the vessels homeport by 16 Feb 2026.  Delivery prior to this week is undesirable due to limited storage space.  Delivery can’t be made after this week as it will negatively impact our project timeline. 

Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review.  Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.

NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.

As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:

Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

       1. Please provide any warranty information.
       2. Vendors MUST be registered in www.sam.gov

The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.

Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:

(1) Cost Breakdown

(2) Unit Cost

(3) Extended Price

(4) Total Price

(5) Payment Terms

(6) Discount offered for prompt payment

(7) Company Unique Entity ID (UEI) and Cage Code.
 


Quotes must be received no later than 24 July 2025 at 0900 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Ford, T S PO1 USCG SFLC (USA) at email address – [email protected] and carbon copy Balint, Karla, SKC [email protected]
 

Any questions or concerns regarding any aspect of the RFQ must be forwarded to Ford, T S at email address - [email protected] and Contracting Officer, SKC Karla Balint via email [email protected]

The following FAR Clauses and Provisions apply to this acquisition:

  • FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
  • FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
  • FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov.
  • FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda.
  • FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
  • FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov.
  • FAR 52.204-7 – System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.

The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:

  • FAR 52.222-3 - Convict Labor (Jun 2003)
  • FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126).
  • FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
  • FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
  • FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
  • FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
  • FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83).
    (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
  • FAR 52.233-3 - Protest After Award (Aug 1996)
  • FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)

NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.

*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).

Similar Awards

Saint petersburg Florida Not Specified
Norfolk Virginia Not Specified
Location Unknown Not Specified
Location Unknown 29 Jan 2015 at 9 PM
Location Unknown 23 Feb 2010 at 4 PM