52000QR250011956 USCGC TAMPA MDE CENTER SECTION OVERHAUL HOT OIL FLUSH
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Mar 26, 2025 11:16 am EDT
- Original Date Offers Due: Jun 02, 2025 09:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 17, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J091 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FUELS, LUBRICANTS, OILS, AND WAXES
- NAICS Code:
- 2111 - Oil and Gas Extraction
- Place of Performance: Portsmouth , VA 23703USA
Description
The U.S. Coast Guard is looking for a contractor to complete Hot Oil Flushes of the propulsion engines onboard 210’ and 270’ Medium Endurance Cutters. This flush is required following center section overhaul but prior to completing the initial engine start. The purpose of this flush is to remove contamination from the engine lube oil system to include engine sump, internal oil passages, external piping, lube oil cooler, filter housing and strainers. The lube oil system’s full flow relief valves will also be removed, opened, cleaned, inspected, and set to the correct opening pressures before being returned to service. This task will require some disassembly and reassembly of the engine to complete the work. The contractor would be responsible for providing all tools, equipment (oil booms, pumps, filters, heaters, hoses, etc) and qualified personnel with ALCO engine experience to complete this task.
The engines involved in this work are ALCO 251-B, 251-CE, and 251-F series. The current owner of ALCO is Fairbanks Morse Engine.
The Coast Guard has vessels scattered along the West, East, and Gulf coast regions. The contractor would be responsible for getting personnel, equipment, tools, flushing oils etc. to and from the work site. This task will have a maximum performance period of 14 calendar days.
The period of performance for this work is 14 JULY 2025 through 26 JULY 25.
Location:
USCGC TAMPA WMEC-904
4000 Coast Guard Blvd
Portsmouth, VA 23703.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order 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 conformed to the solicitation which will be 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 TUESDAY JUNE 02, 2025 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Ford, T S PO1 USCG SFLC (USA) at email address – Timothy.S.Ford@uscg.mil and carbon copy Fremming, Patricia M CPO USCG SFLC (USA) at email address Patricia.M.Fremming@uscg.mil.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, to Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil .
The following FAR Clauses and Provisions apply to this acquisition:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)
FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) 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 (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .
FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).
Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.
The following Clauses and others as indicated 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 ((Jan2020) (E.O.13126).
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
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 (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).
(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (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)
*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration 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 SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.
Attachments/Links
Contact Information
Contracting Office Address
- 300 EAST MAIN ST, STE 950, VESS DIV
- NORFOLK , VA 23510
- USA
Primary Point of Contact
- Timothy ford
- timothy.s.ford@uscg.mil
- Phone Number 15716084011
Secondary Point of Contact
- Patricia Fremming
- Patricia.M.Fremming@uscg.mil
History
- Mar 26, 2025 11:16 am EDTCombined Synopsis/Solicitation (Original)