U.S. Coast Guard (USCG) Sentinel Class MTU 20V4000M93L QL4 Engine Overhauls
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 (USCG), Surface Forces Logistics Center (SFLC), is conducting a Sources Sought market survey for the overhaul of four (4) Sentinel Class MTU 20V4000M93L QL4 marine diesel engines. This is not a solicitation, but a request for information to identify potential sources. Responses are due by May 26, 2026, at 4:00 p.m. ET.
Purpose & Scope
The USCG requires overhaul, commissioning, technical support, and wear analysis services for these engines. Overhauls must adhere to USCG Statements of Work (SOW)/specifications and Original Equipment Manufacturer (OEM) technical requirements from Rolls-Royce Solutions America, Inc. (RRSA/MTU). The scope includes dynamometer testing to full load (4,216 KW) per OEM procedures, preservation, painting (Valspar LIC 50), packaging, marking, bar coding (MIL-STD-129R compliant), and shipping to the USCG central warehouse in Baltimore, Maryland. Government Furnished Equipment (GFE) will include the engines and associated containers/skids.
Eligibility & Contract Details
This acquisition is expected to be restricted to one source (the OEM). Offerors must possess a current RRSA/MTU distributor agreement, access to proprietary OEM data, and the capability to perform on-site full-load dynamometer testing. Technicians must hold appropriate RRSA/MTU certifications. The anticipated contract type is Firm Fixed-Price with an estimated six-month period of performance, covering open & inspection, standard labor, and mandatory/typical contingency parts. The anticipated NAICS Code is 811310.
Submission Requirements
Interested parties should submit information including company experience, intention to quote, SAM UEI, business size, small business status, and lists of mandatory and proposed contingency parts. This market research will inform future acquisition strategies.
Contact Information
For inquiries, contact Phyl'licia L. Jolley-Dixon at Phyl'licia.L.Dixon@uscg.mil or 571-607-5439.