Open, Inspect, Report and Overhaul of Fuel Metering Pumps
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 (USCG) Surface Forces Logistics Center (SFLC) is seeking quotes for the open, inspection, reporting, and potential overhaul of five (5) Fuel Metering Pumps (NSN 2910-01-683-8003). These pumps are critical for MTU 4000 Series Diesel Engines on FRC Vessels. This is an unrestricted combined synopsis/solicitation.
Scope of Work
The contractor will be responsible for disassembling, cleaning, and inspecting the Fuel Pumps to assess their condition and estimate overhaul costs. A detailed report and repair plan must be submitted for approval. If approved, the overhaul will restore the pumps to a "like new" condition, adhering strictly to Original Equipment Manufacturer (OEM) specifications and standards. This includes specific requirements for coating, tool calibration, preservation for up to two years, and packaging in wooden crates (ASTM standards) with MIL-STD-129R and ISO/IEC-16388-2007 marking. A 90-day warranty (up to two years after delivery) is required.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70Z04026QZB009
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Set-Aside: Unrestricted
- Contract Type: Firm Fixed-Price Purchase Order (all-or-nothing quote for 5 units)
- Delivery: F.O.B. Destination to USCG SFLC, Baltimore, MD, by August 20, 2026.
- Payment: Electronically via the Invoice Processing Platform (IPP).
Eligibility & Evaluation
Award will be made to the lowest price technically acceptable offeror. Due to proprietary data, only Rolls Royce Solutions America Inc. and/or their authorized repair facilities are believed to possess the necessary technical data and genuine OEM parts. Concerns claiming expertise must submit information, including an OEM letter verifying authorized repair facility status and genuine OEM parts supply, within three (3) calendar days of the notice posting (by April 4, 2026). Offerors must be registered in SAM.gov and complete FAR 52.212-3.
Key Dates
- Notice Published: April 1, 2026
- Capability Information Due (Authorized Repair Facility): April 4, 2026
- Questions Due: April 10, 2026
- Quotes Due: April 10, 2026, by 10:00 AM EDT
Contact Information
For questions and quote submissions, contact Donna Scandaliato at DONNA.M.SCANDALIATO@USCG.MIL.