CGC Neah Bay Vert Drive parts
ID: 70Z085PQ250001058Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Ship Building and Repairing (336611)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 8, 2025, 6:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure parts necessary for the rebuilding of the vertical drive systems on the Coast Guard Cutter Neah Bay. The procurement is essential due to the vertical drives for CGC Neah Bay #1 and #2 being out of tolerance, which poses a risk to the vessel's operational readiness. This opportunity reflects the importance of maintaining government vessels to ensure their functionality and compliance with regulatory maintenance requirements. The estimated cost for the required parts is $175,408.09, and interested parties can contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or by phone at 206-820-5327 for further details.

Files
Title
Posted
Jan 2, 2025, 9:12 PM UTC
The document outlines a procurement request for parts needed to rebuild the vertical drive systems of the USCGC Neah Bay. The vertical drives for CGC Neah Bay #1 and #2 are out of tolerance, necessitating the acquisition of various components to ensure their functionality. The scope includes a list of specific items with quantities and prices, totaling significant expenses for components such as tubes, bushings, springs, and freight charges. The total costs for individual items are detailed, revealing a substantial budget for this project. The document provides points of contact, namely CWO Nathan Damon and CWO Greg Tarker, for shipping and queries, as well as the shipping address for the Coast Guard Cutter. This request reflects a structured approach in federal procurement, aimed at facilitating maintenance and operational readiness of government vessels, aligning with regulatory requirements for maintenance and repair services.
Jan 2, 2025, 9:12 PM UTC
The document outlines justifications for a sole source procurement under simplified acquisition procedures, as outlined by FAR 13.106-1(b). Specifically, it establishes the necessity for a comprehensive justification when determining that only one source is available for fulfilling government requirements. The justification must thoroughly explain why the selected source exclusively meets the requirements and cannot merely rely on marketing language or vague claims. The file details a procurement request for vertical drive repair parts essential for a vessel, with an estimated cost of $175,408.09. The justification emphasizes that FME is the sole authorized provider for these parts, underscoring the urgency to prevent catastrophic damage to the vessel. Additionally, it reflects compliance with U.S. Code, specifically 10 U.S.C. § 3204, which allows for sole-source contracts in various circumstances, including national security and unique technical capabilities. The document also requires signatures from both the customer and contracting officer, confirming the necessity for sole-source acquisition. This reflects the government's structured approach to ensuring accountability and transparency in procurement processes while addressing specific operational needs.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
CGC BERTHOLF #3 crane repair parts
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure crane repair parts for the 3 crane on the USCGC Bertholf, which is currently inoperable due to seized components. The procurement includes a crane block (P/N YMD-13859) and a snatch block (P/N YMD-13860), essential for restoring the crane's functionality for equipment handling and small boat operations. Timely acquisition of these parts is critical for maintaining the operational readiness of the cutter, with a required delivery timeline of 26 weeks from the order confirmation, including ground freight shipping to Alameda, California. Interested vendors can contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil for further details.
SHAFT SEAL MAINTENANCE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for shaft seal maintenance services for the Coast Guard Cutter Bear at the USCG Yard in Baltimore, Maryland. The procurement involves a comprehensive overhaul and testing of the port and starboard stern tube seal assemblies, adhering to Coast Guard Technical Publication 5454 guidelines, which includes tasks such as measuring wear, inspecting for corrosion, and conducting leak tests. This maintenance is crucial for ensuring the operational integrity and safety of the vessel, emphasizing the government's commitment to environmental responsibility and compliance with safety regulations. Interested vendors must submit their quotes by May 12, 2025, at 9:00 AM (Eastern) to Erica Gibbs at Erica.L.Gibbs@uscg.mil, with the contract expected to be awarded based on best value criteria.
Overhaul & Purchase of 154' Patrol Craft Centrifugal Pumps
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified vendors for the overhaul and purchase of centrifugal pump/motor assemblies for its 154’ Patrol Craft class vessels. The procurement requires the use of genuine Original Equipment Manufacturer (OEM) parts from Carver Pump, Co., as remanufactured or aftermarket components are not acceptable. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's maritime assets, ensuring that the pump assemblies meet stringent quality and performance standards. Interested vendors must submit their capabilities and experience by April 28, 2025, and can direct inquiries to Phyl'licia L. Jolley-Dixon at Phyl'licia.L.Dixon@uscg.mil or by phone at 571-607-5439.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
CGC Stratton Failed Rotary Seal STBD Fill Hose
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a hose reel and hose assembly for the Coast Guard Cutter (CGC) Stratton, necessitated by identified fuel oil leaks and rusting issues with the existing equipment. The procurement emphasizes that only original installation parts, specifically part number A31040010, will be accepted, and the U.S. Coast Guard will not cover any costs associated with preliminary inspections. This initiative is crucial for maintaining the operational readiness and safety standards of the refueling systems onboard the vessel. Interested parties should note that the required delivery date for the hose reel and hose is January 12, 2026, and must provide an estimated delivery timeline upon contract award. For further inquiries, contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or Donna O'Neal at Donna.J.O'Neal@uscg.mil.
Rudder Shaft Seal Service Kits "A" & "B"
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a firm-fixed price contract for Rudder Shaft Seal Service Kits "A" and "B" essential for the propulsion and rudder shaft seal systems of the 154’ Patrol Boats (WPCs). The procurement emphasizes the requirement for original equipment manufacturer (OEM) components from Defense Maritime Solutions, Inc., ensuring compatibility and performance, while rejecting non-OEM proposals due to safety and operational integrity concerns. Interested contractors must submit their quotes electronically by April 29, 2025, with delivery of the components required within 120 calendar days after contract award. For further inquiries, interested parties can contact Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.
87' Coastal Patrol Boat Starboard and PORT Rudder Overhaul
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors capable of performing an overhaul of the starboard and port rudders used on the 87’ Coastal Patrol Boats. This procurement involves comprehensive inspection, repair, preservation, and packaging of the rudders to restore them to a serviceable "A" condition, adhering to specific quality assurance standards and military specifications. The selected contractor will be responsible for conducting thorough inspections, submitting Condition Found Reports, and ensuring compliance with the outlined Statement of Work. Interested parties must submit their information by May 6, 2025, to Dana D. Solomon at dana.d.solomon@uscg.mil, including details about their capabilities and experience in similar projects.
Overhaul of Gearboxes
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, adhering to strict Federal Aviation Administration guidelines and Original Equipment Manufacturer specifications. This contract is anticipated to be awarded on a sole-source basis to Sikorsky Aircraft Corporation, with a total duration not exceeding three years, and proposals must be submitted by June 13, 2025, at 2:00 PM EDT. Interested vendors can direct inquiries and quotations to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
SSN for JDCI Enterprises Inc. Trailer Parts
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to supply Original Equipment Manufacturer (OEM) trailer parts from JDCI Enterprises, Inc. for their trailer model MS-26TH-12, which is used to transport 26' Trailerable Aids to Navigation (TANB) assets. The procurement aims to establish a contract that includes a 12-month base year and four 12-month option years, emphasizing the importance of maintaining OEM warranties through authorized distributors. This initiative is critical for ensuring the operational readiness and maintenance of the Coast Guard's trailer fleet, with a detailed parts list provided to guide potential suppliers. Interested parties must submit their capabilities and relevant information by April 7, 2025, to the primary contact, Justin Hannie, at justin.m.hannie@uscg.mil or by phone at 206-836-2998.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.