SPECIAL NOTICE
J -- USCGC Scioto Starboard Main Diesel Engine
- Notice Date
- 5/19/2025 11:19:20 AM
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08525Q0019310
- Response Due
- 5/23/2025 8:00:00 AM
- Archive Date
- 06/07/2025
- Point of Contact
- Justin Wooldridge, Phone: (206) 820-5327, Lindsay Mongiovi, Phone: 5716086752
- E-Mail Address
-
justin.r.wooldridge@uscg.mil, lindsay.n.mongiovi@uscg.mil
(justin.r.wooldridge@uscg.mil, lindsay.n.mongiovi@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- For informational purposes only. This will be awarded Sole source. STATEMENT OF WORK (SOW) FOR USCGC SCIOTO #1 MDE Troubleshoot and Repair SCIOTO experienced a Main Diesel Engine shutdown and recorded low coolant level, suspecting a head leak and low compression and has an immediate need for technical support for tasks outlined in this Statement of Work (SOW). 1.0 GENERAL Background The 65� WLR asset, USCGCSCIOTO, is experiencing Main Diesel Engine issues as well as coolant leaking into the Main and requires qualified technical representative to troubleshoot and repair the issue. Scope The scope of this contract is defined by the efforts and tools required to support USCGC SCIOTO (WLR 65504). The Contractor shall provide all labor, materials, and tools necessary to repair the MDE. OBJECTIVE The goal is to return CGC SCIOTO�s Isotta Franschinni Main Diesel Engine to designed system parameters. 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 on-site support for USCGC SCIOTO (WLR 65504) in Keokuk IA. 2.1 Renew Rudder Seal The Contractor shall perform any inspections or evaluations, as deemed necessary, to determine best path forward prior to commencing work. The Contractor shall inspect, troubleshoot, and repair the MDE leaking coolant IAW OEM Specifications. The Contractor shall preform operation test of Main Diesel Engine once repair is complete. 2.2 Test Thoroughly and Document The Contractor shall ensure the system is fully functional by preforming a system operational test to be witnessed by Engineer Petty Officer (EPO) or the EPO�s designated representative. 2.2.1 The Contractor shall provide a trip report documenting all findings no later than 48 hours after returning to the home office. 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 3 calendar days from the date of award. 4.2 PLACE OF PERFORMANCE The primary place of performance will be at CGC SCIOTO at 221 Mississippi Drive, Keokuk IA 52632 unless an alternate location is approved by the Coast Guard. 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 Petty Officer (EPO) as scheduling is subject to ship�s operations. 4.5 Daily Progress Reports The Contractor shall hold a daily progress meeting with the Engineer Petty 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 NA 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 EPO 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3d6d02537b7f4e5ca4b0ec31917314df/view)
- Place of Performance
- Address: Keokuk, IA 52632, USA
- Zip Code: 52632
- Country: USA
- Zip Code: 52632
- Record
- SN07447181-F 20250521/250519230038 (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 |