Open, Inspect, report of GOVERNORS, DIESEL ENGINE
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 (USCG SFLC) is requesting quotations for the Open, Inspect, Report, and Possible Overhaul of six (6) Woodward Diesel Engine Governors. This opportunity is a Total Small Business Set-Aside under NAICS 336611. Quotes are due by April 10, 2026, at 11:00 am EST.
Scope of Work
The requirement involves the comprehensive overhaul of Woodward Governors (NSN: 2910-01-509-7773, PN: A-8240-485) to return them to a "like new" condition. This includes disassembly, cleaning, inspection, replacement of worn/damaged parts, reassembly, calibration, testing, preservation, packaging, packing, and marking. The contractor must obtain OEM procedures and specifications from Woodward Governor Company. All replacement parts must be new and OEM-manufactured, and the overhaul must be performed by Woodward Governor factory-trained technicians. Substitute parts are not acceptable.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 336611
- Product Service Code: 2910 (Engine Fuel System Components, Nonaircraft)
- Quotes Due: April 10, 2026, 11:00 am EST
- Published: March 27, 2026
- Delivery: F.O.B. Destination to USCG SFLC, Receiving Room, Bldg. #88, 2401 Hawkins Point Road, Baltimore, MD 21226. Shipping costs must be included in the repair price.
Evaluation & Award
Award will be made to the lowest price offeror that is deemed technically acceptable. Offerors must provide an all-or-nothing quote including an inspection fee and a firm fixed repair price for all six units. Multiple awards will not be made. Technical acceptability will consider adherence to specifications, use of OEM parts, and performance by factory-trained technicians. A detailed report of arrival/disassembly inspection and final acceptance testing at an authorized Woodward Governor test facility are required.
Special Requirements
- Registration: Vendors must be registered in SAM.gov prior to quote submittal. Adverse financial information or exclusions in SAM will prevent award.
- Representations & Certifications: Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024), if not already in SAM.gov.
- Quality System: A Quality System in accordance with ANSI/ASQ Q9001-2008 is required.
- Warranty: A standard manufacturer's warranty or a 90-day guarantee after installation (up to two years after delivery) is required for repaired items.
- Payment: Electronic payment requests will be submitted via the Invoice Processing Platform (IPP).
- Contact: Chad Ball, chad.a.ball@uscg.mil, 571-607-2534.