remove engine and installation of new 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 U.S. Coast Guard, Surface Forces Logistics Center (SFLC), has issued a Combined Synopsis/Solicitation (RFQ 52000PR260023258) for the removal of an existing Volvo Penta diesel engine and installation of a new government-furnished engine on the USCGC Active (Hull #22342), a Cutter Boat - Large (CBL). The work will be performed in Port Angeles, WA. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor will be responsible for all labor, materials, and equipment necessary for the engine exchange. Key tasks include:
- Engine Removal: Disconnecting all systems, carefully removing the existing Volvo Penta engine, and preparing the engine bay.
- Engine Installation: Installing the new government-furnished Volvo Penta engine, aligning it with the marine gear and propeller shaft, reconnecting all systems, and filling engine fluids.
- Old Engine Preparation: Draining fluids, capping openings, and securely crating the old engine for freight shipment. The USCG will handle shipping costs and arrangements.
- Testing & Acceptance: Performing initial start-up, idle tests, dockside operational tests, and a sea trial with a USCG representative to verify performance.
All work must adhere to engine manufacturer (OEM) specifications, USCG regulations, and standard marine industry best practices. Contractors must have experience with marine diesel engines, particularly Volvo Penta models. A Condition Found Report (CFR) is required for any discrepancies identified outside the defined Scope of Work, with no unauthorized work being reimbursed.
Contract & Timeline
- Type: Firm Fixed Price Purchase Order (Combined Synopsis/Solicitation - RFQ)
- Set-Aside: Total Small Business
- Period of Performance (Work): March 1, 2026 – March 22, 2026
- Place of Performance: Port Angeles, WA
- Quotes Due: March 10, 2026, 6:00 PM UTC
- Published: March 5, 2026
Evaluation Criteria
Quotes will be evaluated based on:
- 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 & Contacts
Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil. The subject line of the email must include the solicitation number: 52000PR260023258.
- Contracting Officer: Joshua Richardson (Joshua.C.Richardson2@uscg.mil)
- Technical Questions (COR): Mitchell Sabo (Mitchell.T.Sabo@uscg.mil)
- Unit POC: Thomas R. Dalton III (Thomas.R.Dalton@uscg.mil, (360) 471-5970)