Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
ID: 70Z08526LREP0004Type: Solicitation
Overview

Buyer

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

NAICS

Gasket, Packing, and Sealing Device Manufacturing (339991)

PSC

PACKING AND GASKET MATERIALS (5330)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for Defense Maritime Solutions (DMS) Shaft & Rudder Seal Kits for various class vessels. The procurement requires Original Equipment Manufacturer (OEM) parts from DMS or its authorized distributors, ensuring compatibility and performance for cutter boat maintenance, with no substitutes allowed. This five-year requirements-type contract, effective from March 2, 2026, to March 1, 2031, includes Firm-Fixed Price Delivery Orders, with a minimum order value of $18.99 and a maximum of $8,468,353. Proposals are due by January 14, 2026, and interested parties should direct inquiries to William Zittle or Mark Cap via the provided contact details.

    Files
    Title
    Posted
    This document outlines preservation, packaging, and marking requirements for items on a Schedule of Supplies, likely for a federal government RFP related to the U.S. Coast Guard. Key requirements include individual preservation and packaging per MIL-STD and ASTM standards, with specific instructions for gaskets, seals, and O-rings, including shelf-life labeling and protective packaging. Shipping containers must not use particle board or OSB, opting instead for plywood or solid wood. Marking for shipment requires legible black print on a contrasting background, displaying specific item, contract, and shipping information, including "COAST GUARD SFLC MATERIAL." Bar-coding labels are mandatory for most CLIN's, adhering to SFLC specification D-000-0100 Rev G, and must include encoded data for stock, contract, and delivery order numbers. The document also provides sources for government and commercial documents and details shipping information, including the delivery address for the U.S.C.G. Surface Forces Logistics Center in Baltimore, MD, and a delivery deadline of 120 days upon receipt of the delivery order award.
    The document outlines a procurement for various propulsion shaft and rudder shaft mechanical seals and related components from DMD (Wartsila) across five ordering periods. It details a wide range of parts including bulkhead seal assemblies, stern tube seal assemblies, O-rings, packing boxes, and various overhaul and replacement kits. These components are designated for different naval platforms such as WLR-75/65, WLIC-75, WLBB-240, WTGB-140, WLB, WLM-175, WLIC-160A, WLB-225, WMSL, WAGB-420, WMEC-282, WPB-87, WPB-154, 47 MLB, WMEC-270, and WMEC-210A. The file lists specific contract part numbers, NSNs, noun names, and estimated quantities for each ordering period, with all unit and total prices currently listed as $0.00. The procurement focuses on essential parts for maintenance and overhaul of propulsion and rudder systems.
    The Past Performance Information Form (Attachment 3) for Solicitation No. 70Z08526RLREP0004 is a crucial document for offerors to provide detailed past performance data. This form requires the offeror’s name, contract details, customer information (name, location, point of contact, and verified telephone/e-mail), total dollar value of the effort including all growth work (definite and option items) with fiscal or calendar year, and the period of performance. A detailed description of the work performed is required to demonstrate the relevance of the reference to the solicitation's scope. Additionally, the form requests information on subcontractors utilized, including a description of their work extent and annual dollar value of subcontracts. This attachment ensures that offerors provide comprehensive and verifiable information for evaluating their past performance in government contracting.
    The document, "ATTACHMENT 4 – REQUEST FOR CLARIFICATION Defense Maritime Solutions (DMS) Seal Kits," outlines the process for offerors to submit questions regarding a solicitation for DMS Seal Kits. The primary purpose is to ensure that all vendors have an opportunity to seek clarification on the solicitation's requirements. Offerors must submit their questions in writing via email to William Zittle (william.r.zittle@uscg.mil) and Mark Cap (mark.cap@uscg.mil) from the Coast Guard. Questions must follow a specific format, including the vendor's name, the relevant specification paragraph reference, and the question itself. The Coast Guard will provide responses to these questions through an amendment. This process is typical in government RFPs to maintain fairness and transparency, allowing all potential bidders to understand the solicitation thoroughly before submitting their proposals.
    This government form, Standard Form 30 (SF30) (REV. 11/2016), outlines the procedures for amending solicitations and modifying contracts. It details how offers must acknowledge amendments, either by completing specific items on the form, acknowledging receipt on each offer copy, or through separate written or electronic communication. The form specifies that failure to acknowledge an amendment by the deadline may lead to the rejection of an offer. It also provides instructions for various sections, including contract ID codes, effective dates for amendments and modifications, administering offices, contractor details, accounting data, and the description of changes. The document clarifies that while contractors may be required to sign for modifications, the contracting officer's signature is generally not required for solicitation amendments. The form serves as a standardized tool for transparent and legally compliant adjustments to government procurement documents.
    The solicitation 70Z08526RLREP0004 is a Request for Proposal (RFP) from the U.S. Coast Guard (USCG) Surface Forces Logistics Center (SFLC) for Defense Maritime Solutions (DMS) Shaft & Rudder Parts, specifically seal kits. This is a requirements-type contract with Firm-Fixed Price Delivery Orders, effective for five years from March 2, 2026, to March 1, 2031. The USCG requires brand-name, OEM parts from DMS or its authorized U.S. distributor to ensure compatibility and performance for their cutter boats. No substitute or alternate parts will be considered. Deliveries are to be made to the USCG SFLC in Baltimore, MD, within 180 days of a delivery order. The solicitation outlines various FAR and HSAR clauses, including those for prompt payment, contractor identification, and reporting on executive compensation and first-tier subcontract awards. Orders have minimum and maximum limitations of $18.99 and $8,468,353.00 respectively. The document also details the roles of the Contracting Officer and the designated Contracting Officer's Representative (COR), Alan Randolph, emphasizing that only the Contracting Officer can modify contract terms.
    This government solicitation, 70Z08526RLREP0004, is a Request for Proposal (RFP) from the U.S. Coast Guard (USCG) Surface Forces Logistics Center (SFLC) for Defense Maritime Solutions (DMS) Shaft & Rudder Parts. The contract is a requirements-type with Firm-Fixed Price Delivery Orders, spanning five years from March 2, 2026, to March 1, 2031. The USCG requires brand-name, OEM-manufactured shaft and rudder seal kits from DMS or its authorized U.S. distributor for cutter boat maintenance, disallowing substitute or alternate parts. Key sections cover supplies, pricing, statement of work, delivery to Baltimore, MD within 180 days of order, contract administration, and numerous Federal Acquisition Regulation (FAR) clauses. These clauses detail contractor responsibilities including SAM registration, prompt payment, subcontract reporting, and utilization of small business concerns. The document emphasizes that only the Contracting Officer can modify contract terms.
    Similar Opportunities
    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.
    USCGC Paul, Clark Shaft Seal Tech Rep
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide technical representation for the installation and testing of X2 propulsion shaft seals on the USCGC Paul, with work expected to commence around April 10, 2026. The contractor will be responsible for overhauling existing seals, inspecting components, and renewing expendable parts, while adhering to strict safety and environmental regulations, including compliance with OSHA and ISO standards. This procurement is crucial for maintaining the operational readiness of the vessel, and interested parties must submit their quotes by January 5, 2026, to Jariel Ocasio at jariel.o.ocasiorodriguez@uscg.mil, ensuring all submissions include the required drawings and comply with the outlined specifications.
    FLEXIBLE COUPLING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of flexible couplings and drive shaft kits essential for the maintenance of 45’ RBM assets. The solicitation, identified by number 70Z04026Q50472B00, emphasizes the need for specific brand-name components due to their unique compatibility requirements, as indicated by the Justification for Other Than Full and Open Competition. The selected vendor will be responsible for delivering 50 flexible couplings and 20 drive shaft kits, with a required delivery date on or before March 8, 2026, to the Coast Guard's Surface Forces Logistics Center in Baltimore, Maryland. Interested vendors must ensure they are registered in SAM.gov and submit their quotations to Yannick Kassi by September 5, 2025, to be considered for this opportunity.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    HYPRO MARINE PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 40 Rudder Angle Indicator Meters (Part Number HM1096B, NSN 6320-99-613-3759) as part of a sole source contract with HYPRO MARINE. These meters are critical components for the 47’ Motor Lifeboat, ensuring accurate rudder position readings essential for safe navigation and operation. The procurement is set aside exclusively for small businesses, with a submission deadline for quotes on December 26, 2026, at 12:00 PM EST. Interested vendors must contact Brandie R. Dunnigan at brandie.r.dunnigan@uscg.mil or call 571-607-2369 for further details and to submit their offers.
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    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.
    Procurement of Various Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking proposals for the procurement of various spare parts necessary for the maintenance, repair, and overhaul of the MH-65 aircraft. This procurement will be conducted on a sole-source basis from Airbus Helicopters, Inc., the only authorized distributor for the original equipment manufacturer, Airbus Helicopters, France, due to the proprietary nature of the parts and the critical need for maintaining aircraft safety and airworthiness. The contract is structured as an Indefinite Delivery Requirements type, with an estimated total value of $33,975,488, covering a one-year base period and four one-year option periods, funded by Fiscal Year Operations and Support funds from 2026 to 2030. Proposals must be submitted via email to Elaina M. Price by January 15, 2026, at 3:15 PM EST, with the solicitation number 70Z03826RB0000005 indicated in the subject line.
    PROJECT CM25274005
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a fixed-price contract related to the procurement of NSN 2040015013323, which pertains to marine hardware and hull items. The contract will include a one-year base period with an option for an additional year, allowing for shipments to various military depot locations as needed, with no restrictions on technical data or manufacturing processes. This procurement is significant for maintaining military readiness and ensuring the availability of essential components, with proposals due following the solicitation release on January 7, 2026. Interested vendors should contact Mindy Cook at mindy.cook@dla.mil or 614-692-1798 for further details and must comply with export-control regulations and JCP certification requirements.