removal of engines for overhaul

SOL #: 52000PR260024712Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 3(00040)
BALTIMORE, MD, 21226, United States

Place of Performance

Ilwaco, WA

NAICS

Ship Building and Repairing (336611)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
May 15, 2026, 12:00 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.

Quick Summary

The U.S. Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is seeking quotes for commercial services to facilitate the removal and reinstallation of main diesel engines for overhaul on two 47-foot Motor Lifeboats (MLBs), hull numbers 47283 and 47284. This is a Small Business Set-Aside opportunity. Quotes are due by May 15, 2026.

Scope of Work

The contractor shall provide all necessary personnel, labor, materials, equipment, transportation, and supervision for the following tasks for each of the two MLBs:

  • Vessel Haul-Out and Transport: Safely haul out the MLB from the water, transport it to the contractor's designated work/storage area, and secure it on appropriate blocks.
  • Vessel Storage: Provide secure, on-site storage for the MLB for up to 60 days per vessel during the engine repair period, ensuring USCG personnel access during normal business hours.
  • Crane Services: Provide a certified crane and licensed operator for two separate lifts per vessel: one for engine removal (placing on government-provided pallet) and one for engine reinstallation after government repairs.

Contract & Timeline

  • Contract Type: Firm Fixed Price Purchase Order (Request For Quote - RFQ)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Period of Performance: All work to be completed within 30 days of contract award.
  • Place of Performance: Contractor's facility located within 30 miles of Ilwaco, Washington.
  • Quotes Due: May 15, 2026, by 12:00 PM ET.
  • Published Date: May 11, 2026.

Evaluation Criteria

Quotes will be evaluated based on three factors:

  • Technical Capability: The offeror’s ability to perform the services described in the Performance Work Statement.
  • Past Performance: The offeror’s record of relevant and recent past performance.
  • Price: Fair and reasonable pricing.

Submission & Contact

Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil. The email subject line must include the solicitation number: 52000PR260024712. For contractual questions, contact Joshua Richardson at the provided email. For technical questions, contact Mitchell Sabo at Mitchell.T.Sabo@uscg.mil.

Additional Notes

  • USCG personnel are solely responsible for disconnecting/reconnecting engines, performing all engine inspection and repair work, and providing necessary pallets/stands.
  • The contractor must notify the USCG and submit a written Condition Found Report (CFR) for any discrepancies or required repairs outside the defined Scope of Work.
  • All invoicing for Purchase Orders must be entered and processed through https://www.ipp.gov.
  • The contractor is responsible for worksite safety and compliance with all applicable federal, state, and local laws and regulations.

People

Points of Contact

Joshua RichardsonPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026