This document, Amendment A00001 to Solicitation 70Z08021R21303B00, issued by the USCG Surface Forces Logistics Center on November 12, 2025, extends the due date for offers to December 5, 2025, at 12:00 PM EST. The amendment concerns the overhaul of controllable pitch propeller blade sets and monoblock propellers. It includes a new Price Schedule and addresses vendor questions regarding the inspection and repair needs of the propellers. The issuing office clarified that no additional technical information is available and that the Open Inspect Report (OIR) will be used to assess repair requirements, as the propellers are currently in use by the fleet.
Amendment A00002 to Solicitation 70Z08026R21602B00, dated October 21, 2025, addresses vendor questions regarding controllable pitch propeller blade sets and monoblock propeller overhauls. The amendment clarifies propeller diameters, number of blades, and material specifications, directing vendors to attached details and existing specifications. It states that spare propellers are stored in the Baltimore warehouse, providing some information but denying vendor requests for inspection. The solicitation due date remains December 5, 2025, at 12:00 PM. This amendment does not extend the offer receipt deadline and requires offerors to acknowledge its receipt.
This government solicitation, 70Z08026R21602B00, issued by the U.S. Coast Guard, Surface Forces Logistics Center, is a Request for Proposal (RFP) for Controllable Pitch Propeller Blade Set and Monobloc Propeller Overhauls. It is a firm-fixed price, Indefinite Delivery, Requirements Contract for a base year and four one-year option periods. The solicitation outlines contract terms, conditions, and ordering procedures, including minimum and maximum order limitations, and details regarding delivery, packaging, marking, and inspection. It also incorporates various FAR and HSAR clauses, addressing topics such as contractor ethics, small business utilization, and prohibitions on certain telecommunications equipment and corporate expatriates. The total minimum guarantee is $15,000.00 per awardee, with a not-to-exceed contract ceiling to be determined.
The document outlines the requirements for overhauling various propeller types for the U.S. Coast Guard, covering receipt, inspection, overhaul, preservation, packaging, marking, bar-coding, and shipping. It details processes for different Coast Guard vessels, including 65' Light Harbor Tugs, 75'/65' Construction and River Tenders, and 75F River Tenders. Key aspects include a mandatory Open, Inspect, and Report (OIR) process, adherence to specific Coast Guard drawings and industry standards (e.g., ABS, ISO, ASTM, MIL-STD), and comprehensive quality assurance measures. The overhaul process involves straightening, material removal, welding, precise finishing using CNC or hand grinding, and single-plane balancing. Strict documentation, photo evidence, and adherence to specific marking and packaging instructions for shipping to the USCG Surface Forces Logistics Center in Baltimore, MD, are also emphasized. The overarching purpose is to ensure all overhauled propellers meet rigorous operational and safety standards for continued Coast Guard service.
This government file, Attachment 1 (70Z08026R21602B00_Propeller Blades Overhaul), outlines a comprehensive price schedule for propeller overhaul and repair services across multiple types of vessels. The document details a "BASE YEAR" and four subsequent "OPTION YEARS," each listing identical services. These services are categorized into 21 distinct groups (CLINs) with corresponding National Stock Numbers (NSNs), descriptions of the propeller overhaul or repair, and specified quantities (EA – each). The descriptions indicate various propeller types and the vessels they belong to, such as WYTL, WLR/WLIC, WTGB, WLB, WLM, and WMEC classes. Some entries also specify repair services for fixed-pitch propellers. The file serves as a structured pricing document for a multi-year contract for critical maintenance and repair of marine propellers.
This government file, reference number 70Z08026R21602B00, outlines a procurement for various marine propulsion components, specifically propellers and associated contingency items, for a range of Coast Guard vessels across a base year and two option years (Option Year 1 and Option Year 2). The document details specific Contract Line Item Numbers (CLINs) for different types of vessels, including IBCT (Inland Buoy Tender), PB (Patrol Boat), and MEC (Medium Endurance Cutter), categorizing them by length and propeller configuration (e.g., 65' WYTL, 140' WTGB, 225' WLB, 87' WPB TH, 154' WPC RH, 210 A RH). Each CLIN includes provisions for estimated labor hours, loaded labor rates, unit prices, and total costs for the base propeller work, as well as a
The document lists 21 groups of propellers, each identified by a Group/CLIN number and a National Stock Number (NSN). Each entry details specific propeller characteristics, including diameter and number of blades. Propeller diameters are provided in various units: inches (in), millimeters (mm), and feet (ft). This file appears to be a catalog or a requirements list for various propeller types, likely part of a federal government Request for Proposal (RFP) or a similar procurement document, specifying the exact components needed for different applications.