Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOLICITATION NOTICE

J -- USCGC OAK Main Diesel Engine Governor Repair and Install

Notice Date
6/17/2025 9:27:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08525Q9812
 
Response Due
6/27/2025 9:00:00 AM
 
Archive Date
07/12/2025
 
Point of Contact
Justin Wooldridge, Phone: 2068205327, JASON GARRIS, Phone: 5716081592
 
E-Mail Address
justin.r.wooldridge2@uscg.mil, JASON.A.GARRIS@USCG.MIL
(justin.r.wooldridge2@uscg.mil, JASON.A.GARRIS@USCG.MIL)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
USCGC OAK�s Main Diesel Engine Governor has failed and has an immediate need for diagnostic/repair services outlined in this Statement of Work (SOW). 1.0 GENERAL Background The 225� WLB asset, USCGC OAK, has a failed Main Diesel Engine Governor, PN: P/N: 6I-1837, CAGE: 11083, NIIN: 014241185 and requires technical repair services to troubleshoot and repair the faulty governor. Scope The scope of this contract is defined by the efforts and tools required to support USCGC OAK. The Contractor shall provide all labor, materials, tools, and equipment necessary to diagnose and repair the faulty governor and install, calibrate and operationally test the governor once installed on the CGC OAK. OBJECTIVE The goal is to repair the governor, install on the OAK�s main diesel engine, calibrate, and operationally test the governor once installation and calibration are completed on the OAK. APPLICABLE DOCUMENTS Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 0000, 2020, General Requirements SPECIFIC REQUIREMENTS/TASKS Unless otherwise stated, this contract applies to governor installation on OAK at cutters home port at 47 Chandler St, NAVSTA Newport, Newport RI 02841. The governor repair will be completed at vendors location and then delivered to OAKs home port for installation by qualified technician. 2.1 Scope of Work The Contractor shall perform any inspections or evaluations, as deemed necessary, to determine best path forward prior to commencing work. 2.1 The contractor shall diagnose the governor to determine the root cause and extent of the malfunction, specifically investigating the impact of electrical grounding and other possible faults. 2.2 The Contractor shall rebuild the governor, replacing all necessary components to ensure full compliance with Woodward factory specifications and original performance standards. 2.3 The contractor shall perform functional testing on the rebuilt governor to verify that it meets all operational parameters and reliability standards specified by the manufacturer. 2.4 The contractor shall provide a qualified technical representative to install the governor on the Caterpillar engine onboard the OAK at the cutters home port. The representative shall ensure proper installation, calibration, and functionality of the governor in its operating environment. 2.2 Trip Report Contractor will provide a written report with all findings, repairs, and actions taken during the diagnosis, repair, and installation. CONTRACTOR PERSONNEL 3.1 The Contractor shall provide qualified personnel to perform all requirements specified in this SOW. OTHER APPLICABLE CONDITIONS 4.1 PERIOD of Performance The period of performance for this contract shall not exceed 14 calendar days from the date of award. 4.2 PLACE OF PERFORMANCE The primary place of performance for the governor installation and operational test will be at the OAK�s home port, 47 Chandler St, NAVSTA Newport, Newport RI 02841. Governor diagnostics and repair will be completed at the vendors location. 4.3 HOURS OF OPERATION Contractor employees shall generally perform all work between the hours of 0730 and 1600 EST, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this SOW. Precise times may be negotiated with the cutter Engineer Officer (EO) as scheduling is subject to ship�s operations. 4.4 TRAVEL Contractor travel may be required to support this requirement. All travel required by this task shall be provided by the Contractor at no expense to the Government. 4.5 Daily Progress Reports The Contractor shall hold a daily progress meeting with the Engineer Officer and/or Commanding Officer upon arrival at the asset each morning of the visit. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and discuss any hazardous work conditions or necessary precautions the crew need to be made aware of prior to commencing work. 4.6 General Report Requirements The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with DHS workstations (Windows and Microsoft Office Applications). 5.0 GOVERNMENT FURNISHED RESOURCES Woodward EGB-13P GOVERNOR, Actuator, Governor, Engine, Diesel, P/N: 6I-1837, CAGE: 11083, NIIN: 014241185 6.0 CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all materials, equipment, and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in Section 5.0. GOVERNMENT ACCEPTANCE PERIOD The CO will inspect deliverables prior to acceptance and provide the contractor with an e-mail that provides documented reasons for non-acceptance. If the deliverable is acceptable, the EPO will send an e-mail to the Contractor notifying it that the deliverable has been accepted. 8.0 DELIVERABLES The Contractor shall provide a trip report IAW 2.2 of this SOW. This will be a firm fixed-price contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20f0e714dc074e6b9606b9aa16dfa0b2/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN07480297-F 20250619/250617230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.