Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY
AI Summary
The US Coast Guard is seeking quotes for the rebuild of the port engine room ventilation fan on the USCGC Harriet Lane. The work includes disassembly, inspection, rewinding, and testing of the fan motor. Interested vendors must submit their quotes by March 27, 2026, and comply with FAR Part 13 procedures.
52000QR260023715 USCGC HARRIET LANE Port Engine room Ventilation Fan Rebuild
INTENT: CGC HARRIET LANE is requesting their engine room ventilation fan motor be rewound and tested due to failure of the unit.
Fan Information:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260023715 USCGC HARRIET LANE Port Engine room Ventilation Fan Rebuild
This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 336611 - Ship Building and Repairing. This is total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.
THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:
The contractor shall provide 52000QR260023715 USCGC HARRIET LANE Port Engine room Ventilation Fan Rebuild
Statement of Work (SOW)
For repairs to USCGC HARRIET LANE Port Engine Room Ventilation Fan Rebuild
CGC HARRIET LANE is requesting their engine room ventilation fan motor be rewound and tested due to failure of the unit.
Fan Information:
Disassemble the unit. Inspect all external and internal hardware. Measure all machined surfaces for excessive wear. Wash and paint all parts. Test the rotor for open bars. Remove the coils. Prep and clean core. Test core integrity. Insulate the stator. Rewind, and connect the motor. Meg Ohm Test, Surge Test an Ohm Test the windings.. After varnishing the motor, conduct a Meg Ohm Test, Surge Test an Ohm Test and Hi pot Test. Replace the bearings. Reassemble and test run.
06 APR 26 – 17 APR 26
The primary place of performance shall be CGC HARRIET LANE located at below address:
CGC HARRIET LANE
400 Sand Island Parkway
Honolulu, Hawaii 96819
Contracting Officer Technical Representative (COR):
CWO Ben Peavey
Cell: (305) 898-1668
Email: Benjamin.R.Peavey@uscg.mil
All contractor personnel requiring access to the place of performance in order to perform work under this contract must possess a valid-state issued REAL ID-compliant driver’s license or identification card, or an acceptable alternative form of identification as defined by the Department of Homeland Security (DHS) [https://www.dhs.gov/real-id]. It is the contractor’s responsibility to ensure that all personnel are properly credentialed to gain base access. Failure to comply with access requirements may result in delays to performance and will not constitute an excusable delay.
Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.
As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:
Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.
Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation in conjunction with attached statement of work that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:
(1) Cost Breakdown
(2) Unit Cost
(3) Extended Price
(4) Total Price
(5) Payment Terms
(6) Discount offered for prompt payment
(7) Company Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than 27March 2026 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Joshua Miller and Tim Ford at email address TIMOTHY.S.FORD@USCG.MIL and Joshua.N.Miller@uscg.mil.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, Joshua Miller and Tim Ford at email address Joshua.N.Miller@uscg.mil and TIMOTHY.S.FORD@USCG.MIL.
The following FAR Clauses and Provisions apply to this acquisition:
The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:
NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.
*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).
52000QR260023715 USCGC HARRIET LANE PORT ENGINE ROOM VENTILATION FAN REBUILD is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.