Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    USCGC MORRO BAY MDE GENERATOR LOAD BANKING

    Sol. 70Z08526Q001305Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ALAMEDA, CA
    Closed
    STATUS
    Closed
    closed Dec 10, 2025
    POSTED
    Nov 26, 2025
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    2090
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking quotations for services and equipment related to load banking of the USCGC MORRO BAY's #2 Main Diesel Engine. This opportunity is set aside for small businesses and requires technical support from qualified contractors. Proposals are due by December 10, 2025.

    Contract details

    Solicitation No.
    70Z08526Q001305
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    November 26, 2025
    Response Deadline
    December 10, 2025
    NAICS Code
    336611AI guide
    PSC / Class Code
    2090
    Sub-Agency
    US COAST GUARD
    Primary Contact
    McTague, Sean
    State
    CA
    ZIP Code
    94501
    AI Product/Service
    both

    Description

    This is a combined synopsis/solicitation

    This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08526Q001305 and is issued as a request for quotations (RFQ). This announcement constitutes only solicitation; quotations are being requested, and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a totally small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. All responses from interested vendors must be received on/before 0800 Pacific Time, December 10, 2025, and will be reviewed by the Government.   

    The United States Coast Guard Surface Force Logistics Center has a requirement for the following:

    Contractor shall provide service and equipment to the requested USCGC MORRO MDE Generator Load Banking:

     STATEMENT OF WORK (SOW) FOR:

    SCOPE OF WORK

    U. S. COAST GUARD CUTTER MORRO BAY

    #2 MAIN DIESEL ENGINE/PROPULSION GENERATOR LOAD BANKING (CASREP RESPONSE)

    SECTION 1 – GENERAL INFORMATION

    1.1 Scope of Work


    KTR shall provide services related providing shipboard technical support to perform Load Banking of MORRO BAY’s #2 Main Diesel Engine/Propulsion Generator, Manufacturer is Westinghouse, Characteristics 1000KW, 900VDC, 850 RPMs, and 6 Pole

    1.1.2 Place of Performance:

    1.1.2.1 USCGC MORRO BAY

                 1055 E 9th Street

                 Cleveland, OH. 44114
     

    1.1.3 Contracting Officer (KO):

    1.1.3.1 Name:
       Unit: MORRO BAY

                 PH:

                 FX: N/A
       E-mail:
     

    1.1.4 Ship’s Representative:

    1.1.4.1 Name: CWO Mike Hefty or CWO Greg Tarker
       Unit: SFLC-IBCT-PDM-PE
       PH: (216)577-1090 (Hefty) or (216) 937-0160 (Tarker)
       FX: N/A
     

    1.1.5 Contact for questions:

    1.1.5.1 Any questions regarding scope of work must be directed to the Contracting Officer through the technical representative
     

    1.2 Contractor Personnel

    1.2.1 Contract Manager

    The contractor must provide a contract manager who must be responsible for the performance of the work. The name of this person, and an alternate or alternates, who must act for the contractor when the manager is absent, must be designated in writing to the contracting officer.

    1.2.1.1 The contract manager or alternate must have full authority to act for the contractor on all contract matters relating to daily operation of this contract

    1.2.1.2 The contact manager and alternate or alternates must be able to read, write, speak, and understand the English language.

    1.2.2 Contractor employees

    1.2.2.1 Contractor personnel must present a neat appearance and be easily recognized as contractor employees.
    1.2.2.2 The contractor must not employ any person who is an employee of the U. S. Government if employing that person would create a conflict of interest. Additionally, the contractor must not employ any person who is an employee of the U. S. Coast Guard unless such person seeks and receives approval according to U. S. Coast Guard regulations.

    1.2.2.3 The contractor shall hold valid license, certifications, and/ or permits to perform work at place of performance. 

    1.2.3 Security requirements
    Upon award contractor shall submit technicians name to MORRO BAY’s Engineer Officer and Availability Project Manger so access to CG Base Cleveland can be granted. 


    1.3 Hours of Operation

    1.3.1 The contractor must perform the tasks as required by the SOW under this contract during the following hours: Monday through Friday between 8:00am and 6:00pm unless other time is specified.

    132.1 Period of performance: December 14, 2025 – December 20, 2025

    1.4 Award
    It is the governments’ intent to make award on the basis of Lowest Price Technically Acceptable (LPTA) offered through issuance of a firm fixed price contract.

    1.4.1. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in (SAM) shall result in Contracting Officer to proceed with next successful registered offeror. Website:  www.sam.gov

    1.5 Invoicing
    Invoices shall be sent to address as per the contract. To ensure proper payment, all invoices shall have requisition number/order number, company name and address, UEI number, invoice number and date clearly indicated on your invoice. It is recommended that the offeror attach a copy of the Purchase Order / Contract to their invoice(s).

    1.5.1 Invoices shall be submitted for payment following the invoicing instructions on the Purchase Order.

    SECTION 2 – DEFINITIONS

    2.1 General Definitions

    N/A

    2.1.4 References

    2.1.4.1 Coast Guard Drawings

    Coast Guard Drawing 140 WTGB 101-001, Rev -, Booklet of General Notes & Details

    Coast Guard Drawing 140 WTGB 201-001, Rev B, Machinery Arrangement

    Coast Guard Drawing 140 WTGB (DWG) 140-WTGB-201-001, Rev B, Machinery Arrangements. 

    2.1.4.2 Coast Guard Publications

    Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual

    Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements

    Coast Guard Technical Publication (TP) 3473, SWBS 233, Section A, Mar 2022, Main Diesel Engine – Model 38D8-1/8

    Coast Guard Technical Publication (TP) 3474, SWBS 235, Section A, Propulsion Motor and Generator Installation

    Coast Guard Technical Publication (TP) 3475, SWBS 235, Section A, Propulsion Electric Equipment

    Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 2351, 2022, Overhaul DC Generators & Motors

    2.1.5 Government Furnished Equipment

    2.1.5.1 NONE

    2.1.6 Government Furnished Facilities

    2.1.6.1 NONE

    SECTION 3 – REQUIREMENTS
    3.1 General.

    3.1.1 CIR: NONE

    3.1.2 Tech Rep.  The Contractor must provide the services of a qualified technician, who is familiar with load banking equipment including all equipment set up

    3.1.2.1 Ensure the Tech Rep has experience load banking marine generators.

    3.1.2.2 Submit the name of technician to CGC MORRO BAY’s Engineer Officer and Availability Project Manager. 

    3.1.3 Protective measures.  The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection).

    3.1.4 Interferences.  The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the following:

    • Deck plates.

    • Deck framing.

    • Piping.

    • Handrails.

    • Electrical wiring and cables/cableways.

    • Miscellaneous machinery.

    3.2 Contamination prevention.  The Contractor must take all precautions to prevent contamination of personnel and spaces in accordance with all applicable Federal, state, and local regulations. No fluids of any kind, including fresh water, shall be drained into any space, bilge, or exterior location.

    3.3 Work plan.  The Contractor shall provide a work plan to the Contracting Officer (KO), at the time of submission, which lists all procedures, plans, and equipment the Contractor will utilize in support of flushing requirements. At a minimum, the plan shall include the following:

    • Qualifications of Technicians

    • Submission of equipment being used to conduct load banking

    3.4 Load Banking Procedure requirements.

    3.4.1 Load Banking equipment.  The Contractor shall provide all equipment required to support load banking Main Propulsion Generators in single operation (but not limited to), the following:

    3.4.1.1 Load Bank(s).  Load Bank meeting the characteristics of the Main Propulsion Generator

    3.4.1.2 Wiring.  Electric wiring of proper size to hook up load bank to Main Propulsion Generator (approx. 150 ft).

    3.4.1.3 Portable Particle Counter.  A particle counter capable of continuously measuring fluid contamination with output in NAS code.

    3.4.5 Notification.  The Contractor shall notify cutter Engineer Officer when load bank is connected to appropriate machinery. 

    3.4.6 Inspector witnessing and approval.  The Contractor shall ensure that the Coast Guard Inspector is present during all load banking procedures.  The Contractor’s will submit written report upon completion of load bank of all parameters at each interval.

    3.4.7 Requirements

    3.4.7.1 See below table of load banking loads and timelines

    Engine Speed (RPMs)

    Time (min)

    Main Propulsion Generator Load

    Mechanical Checks

    300

    5

    No Load

    B

    350

    15

    No Load

    A,B

    450

    15

    No Load

    550

    15

    No Load

    650

    15

    No Load

    720

    15

    No Load

    A, B

    720

    60 (1 hour)

    25%

    A, B

    720

    60 (1 hour)

    37.5%

    A

    720

    120 (2 hour)

    50%

    A

    720

    180 (3 hour)

    62.5%

    A

    720

    180 (3 hour)

    75%

    A

    720

    180 (3 hour)

    87.5%

    A

    720

    180 (3 hour)

    100%

    A,B

    3.4.7.2 Once MDE break in period is completed contractor shall disconnect all equipment and return MPG back to original configuration. 

    3.4.7.3 Wipe clean any surfaces contaminated by load bank equipment. 


    SECTION 4 – CONTRACTOR FURNISHED ITEMS AND SERVICES


    NONE

    SECTION 5 – NOTES

    5.1 Equipment operations.  Coast Guard personnel will operate all shipboard machinery and equipment during all operational testing besides the load bank. 

    5.2 Cutter POC is CWO Greg Tarker, Gregory.e.tarker@uscg.mil, 216-937-0160

    5.3 Cutter Availability Project Manager is Robert Holt, Robert.h.holt2@uscg.mil, 810-542-1041

    Key dates

    1. November 26, 2025Posted Date
    2. December 10, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    USCGC MORRO BAY MDE GENERATOR LOAD BANKING 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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.