open inspect and report CORE ASSEMBLY,FLUID
ID: 70Z08026QAF023Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

HEAT EXCHANGERS AND STEAM CONDENSERS (4420)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, “OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (OCT 2025),” outlines mandatory representations and certifications for offerors seeking federal contracts. It instructs offerors to complete specific paragraphs based on whether they have already submitted annual certifications electronically through the System for Award Management (SAM). The provision defines various terms, including “Covered telecommunications equipment or services,” “Economically disadvantaged women-owned small business (EDWOSB) concern,” “Forced or indentured child labor,” “Highest-level owner,” “Immediate owner,” “Inverted domestic corporation,” “Manufactured end product,” “Place of manufacture,” “Predecessor,” “Reasonable inquiry,” “Restricted business operations,” “Sensitive technology,” “Service-disabled veteran-owned small business (SDVOSB) concern,” “Small business concern,” “Small disadvantaged business concern,” “Subsidiary,” “Successor,” “Veteran-owned small business concern,” “Women-owned business concern,” and “Women-owned small business (WOSB) concern eligible under the WOSB Program.” It details requirements for small business designations, compliance with Executive Order 11246 on Equal Opportunity, certifications regarding payments to influence federal transactions, Buy American and Trade Agreements acts, responsibility matters (e.g., debarment, tax delinquency), knowledge of child labor, place of manufacture, service contract labor standards, taxpayer identification numbers, restricted business operations in Sudan and Iran, ownership and control of the offeror, corporate tax liability and felony convictions, predecessor information, public disclosure of greenhouse gas emissions, and prohibitions on confidentiality agreements restricting whistleblowing. An alternate provision for disadvantaged businesses is also included.
    This document outlines the overhaul requirements for a Core Assembly Fluid Heater (Stock Number: 4420-01-496-9702, Part Number: 70A83B10108) for the Coast Guard. The process includes a preliminary inspection to determine necessary repairs, followed by a detailed Condition Report and Cost Proposal submitted to the Contracting Officer. The overhaul mandates refurbishment to restore original operating specifications using genuine API HEAT TRANSFER INC parts. Post-repair, the unit must undergo pressure and production tests to ensure maximum design performance, with a final test and inspection report submitted. Preservation and packing requirements specify draining all fluids, plugging openings, and fabricating a durable shipping crate for multiple shipments and storage. A two-year warranty against defects is required. Government acceptance is contingent on transit damage verification, order completeness, and adherence to packaging and marking standards. The estimated cost for overhaul is not to exceed $21,080, with API HEAT TRANSFER INC recommended as a source.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    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.
    ACTUATOR,GOVERNOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    TANK EXPANSION and PUMP,FUEL,METERING AND DISTR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of tank expansion and fuel metering and distribution pumps, primarily from Cummins Inc. The requirement includes 20 units of tank expansion components and 10 fuel metering and distribution pumps, both of which must be individually packaged according to strict military standards to prevent damage during transport. These components are critical for the operation of the Coast Guard's 154' Fast Response Cutters, ensuring reliable fuel management and operational readiness. Interested vendors must submit their quotations by December 16, 2025, at 9:00 AM EST, and can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil. All bidders must be registered in the System for Award Management (SAM) and provide their Tax Information Number (TIN) with their offers.
    PARTS KIT, BEARING REPLACEMENT
    Buyer not available
    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.
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    Brand Name; Pump, Axial Pistons
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six brand-name Axial Piston Pumps, as part of a combined synopsis/solicitation. The requirement includes opening, inspecting, reporting, and potentially overhauling the specified pumps, which are critical for various operational applications within the Coast Guard's logistics framework. Interested vendors must ensure compliance with strict packaging and marking requirements, as well as provide a firm fixed price for the services, with delivery to be made to the Coast Guard's facility in Baltimore, MD. Quotations are due by December 18, 2024, at 11:00 AM EST, and should be submitted via email to Chad Ball at chad.a.ball@uscg.mil.
    FDVS CAMERA SYSTEM
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    HEAT EXCHANGER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 14 heat exchanger assemblies used on the main diesel generator engine of the 87' WPB. These assemblies, manufactured by MAN Truck & Bus AG, must meet stringent packaging and marking requirements to ensure compliance with U.S. Coast Guard standards, including adherence to MIL-STD-2073-1E and ASTM-D-3951 for preservation and packaging. Interested vendors must submit their proposals by December 12, 2025, at 10:00 AM EST, and are encouraged to contact Yvette Johnson at Yvette.R.Johnson@uscg.mil for any inquiries regarding the solicitation process.
    open inspect and report STARTER, ENGINE, ELECTRICAL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to provide overhaul and repair services for electrical engine starters used in their 154' WPC MTU Main Diesel Engines. The procurement involves opening, inspecting, and reporting on two specific starter models, with a total quantity of 20 units, and requires the contractor to restore these starters to a service-ready condition that meets OEM specifications. This service is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that the equipment functions reliably in various maritime operations. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in SAM.gov prior to submission.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.