SOW for Caterpillar 3406 parts kits
This solicitation is restricted to Caterpillar Authorized Parts & Service Centers only.
The U.S. Coast Guard is completing a long block exchange of a Caterpillar 3406 engine used as a ship service diesel generator onboard CGC VENTUROUS.
As we have been using CAT long block (OEM reman) replacement engines for some time now there isn’t a serial number associated to each engine.
We require an “overhaul kit” made up from the components listed in the enclosed document. All components must be OEM (Caterpillar) new stock or remanufactured components. We are not requesting any technical support or assistance with this project.
The kit must be delivered complete to the vessels homeport by 16 Feb 2026. Delivery prior to this week is undesirable due to limited storage space. Delivery can’t be made after this week as it will negatively impact our project timeline. The shipping documents must include both a copy of our parts list with any updated part number information noted to eliminate confusion for inventory purposes.
The shipping address is:
COMMANDING OFFICER
CGC VENTUROUS (WMEC 625)
600 8TH Ave. SE
St. Petersburg, FL 33701
ATTN: LT Anthony Medlar
The vendor is responsible for return shipment of the cores from the vessel’s location to their facility. The vendor must provide written instructions for the core return process.
We will notify the vendor when the cores are ready for shipment so they can dispatch a carrier to pick up the material.
NOTE: The vendor has 45 days after the return/receipt of cores to account for, inspect, & either accept or reject them in writing via an invoice. If the vendor has not provided a written status on core returns before the end of this period, we will not be held finically responsible for core charges as a result of any missing, incomplete, or unacceptable items.
As all parts are required to be OEM certified, the vendor will provide a 1,000 hour or 12-month warranty period. This warranty period will apply to all components listed in the long block parts kit. This warranty will require the vendor to provide all parts & labor as needed to correct for any component failure that might occur. The warranty period will start upon our receipt of the kit.
All questions should be directed to Richard V. Carney at 757.635.5477 or via email at [email protected]
This is a combined synopsis/solicitation Nr 52000QR250020069 for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested, and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. The small business size standard is 1500. This is a 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.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.
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 conformed to the solicitation which will be 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 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 WEDENSDAY July 18, 2025 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Ford, T S PO1 USCG SFLC (USA) at email address – [email protected] and carbon copy Balint, Karla, SKC [email protected].
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Specialist, to Ford, T S PO1 USCG SFLC (USA) at email address [email protected] .
The following FAR Clauses and Provisions apply to this acquisition:
SEE ATTACHED FAR MATRIX FOR APPLICABLE CLAUSES
Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.