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
    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
    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.
    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 NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) for Fiscal Year 2026. The project entails the renewal of the 1 (Starboard) Main Diesel Engine, which may involve either a complete assembly replacement or a component-based build-in-place approach, adhering to detailed specifications and standards outlined in the associated documentation. This renewal is critical for maintaining the operational readiness and performance of the vessel, which plays a vital role in maritime safety and security. Interested parties can reach out to Monica Paul at monica.w.paul@uscg.mil or by phone at 206-815-3361 for further details regarding the procurement process.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    J&A FY23 USCGC HAMILTON and WAESCHE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the Justification and Approval (J&A) related to the FY23 maintenance of the USCGC HAMILTON and WAESCHE. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. The selected contractor will be responsible for ensuring that these vessels are properly serviced and repaired to meet the Coast Guard's stringent operational standards. Interested parties can reach out to LaToya Sorrell at Latoya.N.Sorrell@uscg.mil or by phone at 757-628-4644, or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil or 757-441-7036 for further details.
    CGC WALNUT DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the CGC WALNUT Drydock Repairs, a total small business set-aside opportunity under NAICS Code 336611 (Ship Building and Repairing). The procurement involves extensive maintenance and repair tasks for the USCGC WALNUT (WLB-225A), including hull preservation, propulsion system overhauls, and various inspections, with an estimated project cost of $4,870,543.00. This contract is crucial for ensuring the operational readiness and longevity of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their quotes by January 7, 2026, with an anticipated award date of January 12, 2026; for further inquiries, contact Jayne Gluck at Jayne.Gluck@uscg.mil or Sandra A. Martinez at Sandra.A.Martinez@uscg.mil.
    USCGC James Steering Actuator Overhaul
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform an overhaul of the steering actuator assembly for the Cutter JAMES. The project entails comprehensive tasks including the provision of OEM-authorized technical representatives, conducting initial and post-repair operational tests, and ensuring strict adherence to cleanliness and safety standards during the overhaul process. This work is critical for maintaining the operational integrity of the vessel's steering system, which is essential for safe navigation and mission readiness. The performance period is scheduled from January 5 to January 15, 2026, at the CGC JAMES FLETC Base in North Charleston, SC. Interested parties can contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    PARTS KIT, BEARING REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit for Bearing Replacement, essential for maintaining the operational readiness of its vessels. This procurement involves a requirement for 32 units of a specific parts kit manufactured by Duramax Marine LLC, which includes various components necessary for the propulsion shaft bearing assemblies. The Coast Guard emphasizes that all items must meet stringent quality assurance standards and packaging requirements, ensuring compliance with manufacturer specifications and federal regulations. Interested vendors must submit their quotations to Eric Goldstein via email by December 16, 2025, at 9:00 AM EST, and must be registered in the System for Award Management (SAM) with a valid DUNS number.
    USCGC LEGARE FY26 Post SLEP DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs on the USCGC LEGARE (WMEC-912), a 270-foot Medium Endurance Cutter, as part of a Sources Sought Notice. The procurement aims to identify capable contractors who can provide necessary facilities, materials, equipment, and personnel to perform various repair tasks, including load testing power supplies, inspecting circuit breakers, and calibrating flow meters, with all work to be conducted at the cutter's homeport in Newport, Rhode Island. This opportunity is crucial for maintaining the operational readiness of the vessel, ensuring it meets safety and performance standards. Interested parties must submit their capabilities and relevant documentation to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil by 4:00 PM EST on December 11, 2025, as the anticipated period of performance is from June 1, 2026, to August 14, 2026.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.