FUEL INJECTOR
ID: 70Z04024Q50513B00Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Ship Building and Repairing (336611)

PSC

ENGINE FUEL SYSTEM COMPONENTS, NONAIRCRAFT (2910)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of ten fuel injector assemblies, which are critical components for the Coast Guard’s LRI-2 vessel. The procurement is a total small business set-aside under NAICS code 336611, and the items must be sourced exclusively from Cummins Inc. due to the proprietary nature of the injector assemblies, as outlined in a justification for other than full and open competition. This acquisition is essential for maintaining operational safety, with a budget of $15,648.20, and quotes are due by September 9, 2024, at 12:00 PM Eastern Daylight Time. Interested vendors should direct inquiries and submit proposals to Yannick Kassi at Yannick.A.Kassi@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification for Other Than Full and Open Competition for purchasing ten Injector Assemblies for the Coast Guard’s LRI-2 vessel, asserting that these parts can only be sourced from one specific provider—Cummins Inc. The justification cites 10 U.S.C. § 3204(a)(1), emphasizing that no other supplies will satisfy the agency's requirements due to the proprietary nature of the injector assemblies. The technical data for these components is controlled by Cummins, which possesses the necessary drawings and specifications. The failure of such critical components could result in significant operational hazards. Market research was conducted through various platforms, but no alternatives were found, confirming Cummins as the unique source. Efforts to enhance competition in future acquisitions will include ongoing market research to identify potential suppliers capable of providing the necessary technical information. The stated budget for this acquisition is $15,648.20. This document reflects procedural compliance within federal procurement, highlighting the importance of justifications when limiting competitive bidding to ensure accountability and efficacy within government spending. Overall, the justification underscores the essential nature of sole-source procurement in maintaining operational safety for the Coast Guard.
    The document is a justification for a sole source acquisition, detailing why only one vendor, Cummins Inc., can supply the Injector Assembly, a critical component for the LRI-2 vessel's fuel system. The contracting officer, citing 10 U.S.C. § 3204(a)(1), establishes that no alternatives will meet the government’s requirements, emphasizing the assembly's unique characteristics and the potential operational hazards of failure. Efforts for market research included internet searches and reviewing past purchases, yet only Cummins possesses the proprietary technical data necessary for production, which was not acquired by the U.S. Coast Guard. The document also outlines future steps to broaden competition by further market research to identify additional vendors who can provide the needed technical information. The summary concludes with the signatory details of both the customer and contracting officer, reinforcing the official nature of the document as part of federal procurement processes.
    Lifecycle
    Title
    Type
    FUEL INJECTOR
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for specific OEM parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The procurement involves the supply of a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with a total requirement of 9 and 10 units, respectively, to be delivered to the Baltimore warehouse. This procurement is crucial for maintaining the operational readiness of the Coast Guard's marine equipment, emphasizing compliance with military packaging and marking standards. Interested small businesses must submit their quotes by September 20, 2024, at 1:00 PM EDT, to the designated contacts, Derrell L. Green and Andrew D. Kropkowski, with payment processed within 30 days post-inspection and acceptance of the delivered items.
    Valve Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for a valve assembly, specifically the MAR Control Valve MG5114, from Twin Disc Inc, the designated Original Equipment Manufacturer (OEM). This procurement is critical for the Coast Guard's operations, emphasizing the need for specific technical equipment with no substitutions permitted. Vendors are required to submit detailed quotes, including unit pricing and estimated delivery dates, with all items due by December 27, 2024, to the Surface Forces Logistics Center in Baltimore, MD. Interested parties should direct inquiries to Tracy L. Jacobs at tracy.l.jacobs@uscg.mil or Kirk Miller at Kirk.Miller2@uscg.mil, and ensure compliance with all applicable Federal Acquisition Regulations (FAR) during the bidding process.
    FENDER MARINE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of marine fenders, specifically part number 8400049, as part of a total small business set-aside contract. The requirement includes the provision of two marine fenders, which must be packaged and delivered according to strict military standards to ensure protection during transit and storage. These fenders are critical components used in U.S. Coast Guard small boats, and the procurement is justified as a sole-source acquisition due to the proprietary nature of the product, limiting availability to the original equipment manufacturer. Interested vendors must submit their quotes by September 19, 2024, at 12:00 PM EDT, and can direct inquiries to Yannick Kassi at yannick.a.kassi@uscg.mil.
    BERTHOLF FUEL OIL PURIFIER FEED PUMP INSPECT AND REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and repair the fuel oil purifier feed pump on the Coast Guard Cutter (CGC) Bertholf. The primary objective is to address a fuel leak suspected to be caused by a mechanical seal failure in the 1 feed pump, requiring a thorough evaluation, necessary repairs, and certification testing to ensure compliance with original equipment manufacturer specifications. This procurement is critical for maintaining the operational readiness of the vessel, as the fuel oil purifier system is essential for its performance. Interested vendors must submit their official quotes by 8:00 AM Pacific Time on September 20, 2024, and can direct inquiries to Jeramyah W. George at Jeramyah.W.George@uscg.mil or Bryan P. Briggs at bryan.p.briggs@uscg.mil.
    GEARBOX, WINCH
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the procurement of two gearbox units for a winch under Request for Quote 70Z08524Q40213B00. The procurement requires adherence to specific nomenclature, part numbers, and packaging standards to ensure the units can withstand two years of storage. These gearboxes are critical components for the operational readiness of Coast Guard equipment, emphasizing the importance of compliance with military specifications and quality assurance. Interested vendors must be registered in the SAM database and submit their quotes by September 17, 2024, at 1 PM EST, with delivery expected by January 30, 2025. For further inquiries, vendors can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    VALVE, SOLENOID
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of three solenoid valves under solicitation number 70Z08524Q40225B00. The requirement includes strict adherence to federal guidelines for packaging, shipping, and invoicing, with delivery expected by October 24, 2024, and quotes due by September 11, 2024. These solenoid valves are critical components used in various applications, emphasizing the importance of regulatory compliance in federal procurement practices. Interested vendors must ensure they are registered in SAM.gov and can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    CGC POLAR STAR - MDE R/W PUMP
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide replacement pumps for the CGC POLAR STAR's main diesel engines. The procurement involves acquiring two ALCO R/W PUMPS, part number 22500130-1R, as specified by USCG engineers to enhance the operational lifespan of critical maritime equipment. This initiative underscores the importance of maintaining the functionality and efficiency of the U.S. Coast Guard's fleet. Interested vendors must submit an official quote, including a SAM.gov registered DUNS number, to Tyler Melton at Tyler.k.melton@uscg.mil, ensuring accurate lead times and product availability are provided. The contract will be awarded on a firm-fixed-price basis, with a total small business set-aside under FAR 19.5.
    29--INJECTOR ASSEMBLY,F
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Injector Assembly, NSN 2910013793752, under a Combined Synopsis/Solicitation notice. The requirement includes a quantity of 3,548 units, with a guaranteed minimum quantity of 532, to be delivered within 70 days after order placement, potentially resulting in an Indefinite Delivery Contract (IDC) with a total order cap of $250,000 over one year. These injector assemblies are critical components used in various engine applications, and the items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, and inquiries can be directed to DibbsBSM@dla.mil.
    29--INJECTOR ASSEMBLY,F
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 1,860 units of the Injector Assembly, NSN 2910013991848. This solicitation is a Total Small Business Set-Aside, aimed at sourcing essential engine accessories that play a critical role in military vehicle operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received in a timely manner to be considered. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    VALVE ASSY, DIRECTIONAL CONT
    Active
    Homeland Security, Department Of
    The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.