Remanufacture of the MTU 20V4000M93L pistons

SOL #: 52000QR260001821Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Curtis Bay, MD

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment (J020)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 12, 2026
2
Submission Deadline
Jan 16, 2026, 5:00 PM

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.

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 52000QR260001821. This number is for tracking purposes only. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 333618.


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

The contractor shall provide the below OEM (ROLLS-ROYCE SOLUTIONS) Parts/Services Brand Name only (ROLLS-ROYCE SOLUTIONS). This solicitation is restricted to OEM authorized Parts and Service Centers Only. The interested contractor shall provide verification documentation from OEM Manufacturers (ROLLS-ROYCE SOLUTIONS) for technical review. 

 A. REQUIREMENT:

1. The contractor shall provide OEM (ROLLS-ROYCE SOLUTIONS) MTU 20V4000M93L pistons IAW STATEMENT OF WORK, PARTS LIST AND SPECS.

  

4.1 Remanufactured Pistons:

  • Sixteen (16) fully remanufactured MTU 20V4000M93L pistons, each including:
    • A new Molykote coating on the lower skirt.
    • New piston rings.
    • New, inspected pin and bushing.
    • A final inspection report certifying compliance with OEM standards.

4.2 Shipping:

  • The contractor shall securely package and ship all sixteen (16) remanufactured pistons to the following address:

United States Coast Guard Yard

2401 Hawkins Point Rd

Building 5, Mailstop 6

Baltimore, MD 21226

Attn: Walter Skowrinski

By Delivery date: 27 February 2026.

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 16 JAN 2026 at 12:00 P.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Mr. Cornelius Claiborne at email address – Cornelius.n.Claiborne@uscg.mil.
 

Any questions or concerns regarding any aspect of the RFQ must be forwarded to Mr. Cornelius Claiborne at email address – Cornelius.n. Claiborne@uscg.mil. and the Contracting Officer, SKC Patrcia Fremming via email Patrcia.M.Fremming@uscg.mil and telephone (757) 628-4136

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 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 (Nov 2023) with the following addenda's.

FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)

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 Unique Entity ID Number is the primary identifier in FAR 52.204-7 - System for Award Management (Nov 2024).

Contractors are located and identified in SAM by their the unique entity identifier used across the federal government changed from the DUNS Number to the Unique Entity ID (generated by SAM.gov). To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.sam.gov 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 ((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 (Oct 2025) (22 U.S.C. chapter 78 and E.O. 13627).
FAR 52.225-1 - Buy American Supplies (Oct2022) (41 U.S.C. chapter 83).
(51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb2021) (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.

People

Points of Contact

Cornelius ClaibornePRIMARY
Patricia FremmingSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
Remanufacture of the MTU 20V4000M93L pistons | GovScope