CYLINDER HEAD DIESEL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Coast Guard Surface Forces Logistics Center (SFLC) is seeking quotes for the Open, Inspection, Report, and potential Overhaul of 80 Diesel Engine Cylinder Heads (NSN: 2815 12 401 6623, P/N: EX52904100127) manufactured by Rolls Royce Solutions GMBH. This is a Total Small Business Set-Aside combined synopsis/solicitation. Quotes are due by May 13, 2026, at 10 AM Eastern Daylight Savings Time (DST).
Scope of Work
The requirement involves the overhaul of 80 Cylinder Heads used on the 154' WPC vessel MTU 4000 series diesel engines. The overhaul must bring the cylinder heads to a "Service Ready 'A'" condition, equivalent to new, meeting original design specifications and performance. Contractors must perform a detailed inspection, disassembly, and cleaning, then submit a comprehensive report and repair plan (including material costs, labor rates, and recommended parts) to the Coast Guard Contracting Officer for approval before any work begins. Only new OEM parts are acceptable for replacement, and standard production tests and certifications are required. The USCG does not possess the proprietary technical data for these parts, necessitating adherence to OEM specifications.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance)
- Set-Aside: Total Small Business
- Estimated Value: $323,862.40
- Contract Type: Anticipated competitive price purchase order, awarded as a Firm Fixed Price with inspection fee.
- Delivery: Required by July 30, 2026, F.O.B. Destination to USCG SFLC, 2401 Hawkins Point Road, Baltimore, MD 21226.
- Packaging & Marking: Items must be individually packaged and marked per the overhaul description (sections 3.9.2 and 3.9.3), meeting ASTM D-3951, suitable for rail/motor freight, and packaged in skid-mounted shipping containers for long-term inside storage. Specific stencil markings are required.
Evaluation and Submission
Award will be made to the lowest price technically acceptable offeror, based on an all-or-nothing quote. Offerors must be registered in SAM.gov prior to quote submittal, and their FAPIIS record will be reviewed. A completed copy of FAR 52.212-3, Offeror Representations and Certifications, must be included if not already in SAM.gov. Electronic payment requests will be processed via the Invoice Processing Platform (IPP).
Key Dates
- Questions Due: May 11, 2026
- Quotes Due: May 13, 2026, 10 AM EDT
- Delivery Required: July 30, 2026
Contact Information
All questions and quotes should be submitted to Nina Crosby at NINA.M.CROSBY@USCG.MIL.