MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
ID: 70Z08525RLREP0019Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, and encompasses inspection, overhaul, testing, preservation, packaging, and marking of Tail, Stern Tube, and Line Propulsion Shafts. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Proposals are due by December 7, 2025, at 12:00 PM (EST), and interested parties should direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.

    Files
    Title
    Posted
    This document outlines the requirements for the refurbishment of propulsion shafts for 418’ WMSL U.S. Coast Guard Vessels. The scope includes receipt, inspection, condition/test reports, refurbishment, testing, preservation, packaging, packing, and marking of various types of propulsion shafts. The document details specifications for Government Furnished Property (GFP), applicable military and commercial documents, and specific requirements for shaft receipt, pre-repair inspection, tests, welding procedures, post-weld heat treatment, straightening, cold rolling, shaft coverings, identification markings, post-repair inspections, balancing, and reporting. The contractor is responsible for providing labor, equipment, and materials, ensuring all work adheres to stringent quality assurance standards, and maintaining detailed records. Preservation, packaging, packing, and marking must comply with military specifications, including specific requirements for wood packaging material and bar coding, and transportation via flatbed steel trailers with particular loading instructions.
    This Independent Government Estimate (IGE) outlines an IDIQ contract for overhauling Rolls Royce Propulsion Shafts on USCG 418’ National Security Cutters (WMSL). The estimate includes quotes for shaft open and inspection, with repairs calculated at 65% of replacement cost, plus packaging and shipping. A 6% annual inflation factor is applied to option years. The contract supports 10 WMSL cutters, utilizing a rotatable pool of propulsion shafts for drydock availabilities. The document details specific CLINs for various shaft types, quantities, and estimated values across a base year and four option years, spanning from November 2025 to November 2030, with all items requiring military packaging. It emphasizes the comprehensive repair and logistical requirements for maintaining these critical components.
    The "Past Performance Information Form" (Attachment J) for Solicitation No. 70Z08525RLREP0019 is a standardized document used in government procurement, likely for federal RFPs, to collect detailed information about an offeror's prior contract performance. This form requires offerors to provide their name, contract number, customer details (name, location, point of contact, and verified telephone/email), total dollar value of the effort, and period of performance. It also mandates a detailed description of the work performed to demonstrate its relevance to the current solicitation, along with information on any subcontractors utilized, including their work extent and annual dollar value. The form is crucial for evaluating an offeror's experience and capability.
    This government file, "ATTACHMENT 5 – REQUEST FOR CLARIFICATION," outlines the process for offerors to submit questions regarding the "USCGC WMSL SHAFT REPAIRS" solicitation. The primary purpose is to ensure all potential vendors have an opportunity to seek clarification on the Request for Proposal (RFP) details, with responses provided via an amendment. Offerors are required to submit their questions in writing via email to specified U.S. Coast Guard contacts, William Zittle and Kiya Dantzler-Plummer. The submission format mandates including the vendor's name, the specific specification paragraph reference, and the question itself. This structured approach facilitates an organized question-and-answer process, contributing to a fair and transparent bidding environment for federal government contracts related to vessel repairs.
    This government solicitation, 70Z08525RLREP0019, is a Request for Proposal (RFP) from the United States Coast Guard (USCG) for the refurbishment of propulsion shafts used on WMSL U.S. Coast Guard Vessels. The scope of work includes the inspection, overhaul, testing, preservation, packaging, and marking of Tail, Stern Tube, and Line Propulsion Shafts. The contract will be a Firm Fixed Price type with five one-year ordering periods. Proposals are due by October 17, 2025, at 12:00 PM (EST), with questions due by October 3, 2025, at 2:00 PM (EST). This is a sole-source acquisition under NAICS code 332999, with a business size standard of 750 employees. Invoicing will be done electronically via the Invoice Processing Platform (IPP). The document also outlines various FAR clauses related to contract terms, conditions, and contractor responsibilities, including prohibitions on certain hardware/software and requirements for performance evaluation.
    This government solicitation amendment, form Standard Form 30, extends the offer due date for solicitation number 70Z08525RLREP0019 to October 31, 2025, at 12:00. Offers must acknowledge this amendment via specific methods, including completing items 8 and 15 of the form, acknowledging receipt on each offer copy, or submitting a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may lead to rejection of the offer. Changes to previously submitted offers are permissible if received before the new opening hour and date. The document also clarifies that, unless otherwise specified, all original terms and conditions of the solicitation remain in full force and effect.
    This document outlines the Standard Form 30 (SF 30), a crucial form for amending solicitations and modifying contracts within the federal government. It details the procedures for acknowledging amendments, emphasizing that failure to do so by the specified deadline may lead to offer rejection. The form provides sections for identifying contract and amendment numbers, effective dates, and administering offices. It clarifies that contractors are not always required to sign the document for amendments. Instructions for completing various items are provided, including guidelines for effective dates based on the type of modification (solicitation amendment, change order, supplemental agreement, or termination). The document also explains how to detail changes in Item 14, including their impact on contract price and accounting data, ensuring that all modifications are clearly documented and tracked. The primary purpose of this specific amendment is to extend the response due date for solicitation number 70Z08525RLREP0019 to December 7, 2025, at 12:00.
    This document is a Request for Proposal (RFP) from the United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC), Long Range Enforcer Product Line (LREPL), seeking refurbishment services for propulsion shafts used on WMSL U.S. Coast Guard Vessels. The solicitation number is 70Z08525RLREP0019, and it is issued as a sole-source acquisition under NAICS code 332999 with a business size standard of 750 employees. Proposals are due by October 17, 2025, at 12:00 PM (EST), and questions must be submitted by October 3, 2025, at 2:00 PM (EST). The contract will consist of five one-year ordering periods. Key services include inspection, overhaul, testing, preservation, packaging, packing, and marking of Tail, Stern Tube, and Line Propulsion Shafts. The document details contract administration, payment instructions via the Invoice Processing Platform (IPP), and requirements for contractor performance evaluation. It also incorporates numerous Federal Acquisition Regulation (FAR) clauses related to business ethics, small business subcontracting, and prohibitions on certain hardware/software, emphasizing compliance and ethical conduct.
    Similar Opportunities
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    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.
    Controllable Pitch Propeller Blade Set and Monoblock Propeller Overhauls
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the overhaul of Controllable Pitch Propeller (CPP) blade sets and monoblock propellers as part of a firm-fixed price, indefinite delivery requirements contract. The procurement aims to ensure the operational readiness and safety of various Coast Guard vessels by providing essential maintenance and refurbishment of critical propulsion components. This opportunity is significant for maintaining the fleet's performance and reliability, with a total minimum guarantee of $15,000 per awardee and a not-to-exceed contract ceiling to be determined. Interested parties must submit their proposals by December 5, 2025, at 12:00 PM EST, and can direct inquiries to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), 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 one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    USCGC TAMPA Stbd Controllable Pitch Propeller (CPP) Blade Bolts, Renew In-Water
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the renewal of the starboard Controllable Pitch Propeller (CPP) blade bolts on the USCGC TAMPA, to be conducted in-water. The contractor will be responsible for replacing all six blade bolts, extracting one broken bolt, flushing the CPP hydraulic system, and adhering to specific Coast Guard guidelines and federal regulations during the process. This work is critical for maintaining the operational integrity of the vessel and ensuring compliance with safety standards. Proposals must be submitted by December 5, 2025, with the work scheduled to take place from December 15 to December 19, 2025, at the USCGC TAMPA in Portsmouth, Virginia. Interested parties should contact Joshua Miller at Joshua.N.Miller@uscg.mil for further details.
    USCGC THUNDER BAY MDE VERTICAL DRIVE REPAIR
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC), intends to award a Sole Source Firm Fixed Price Contract to FAIRBANKS MORSE, LLC for the repair of the vertical drive assembly on the CGC THUNDER BAY. The procurement involves disassembling components to replace the lower vertical drive bearing, with the contractor responsible for providing all necessary parts, including a vertical shaft and various bearings. This repair is crucial for maintaining the operational readiness of the vessel, and the work is scheduled to take place from December 10, 2025, to December 31, 2025. Interested parties capable of demonstrating that competition would be beneficial to the Government may submit their offers to Ms. Donna O'Neal via email by 8:00 AM Pacific Time on December 9, 2025.
    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.
    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.
    Imtra Wipers and parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY during fiscal year 2026. The procurement involves extensive maintenance and repair work, including ultrasonic testing, hull preservation, mechanical overhauls, and system upgrades, with specific performance periods set for each vessel. These repairs are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to ensure their offers are considered.
    USCGC POLAR STAR MOTOR AND PUMP SPARE PARTS REQUEST
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard, is seeking qualified vendors to provide spare parts for the USCGC Polar Star under Request for Quotations number 70Z08526Q0000762. The procurement includes essential components such as mechanical seals, O-rings, gaskets, radial groove ball bearings, and complete spindle sets for various models of pumps, which are critical for the vessel's maintenance and operational readiness. All parts must be delivered to the designated Seattle, WA address by March 1, 2026, to ensure installation during the vessel's next availability, with proposals due by 0800 Pacific Time on December 9, 2025. Interested vendors can direct inquiries to the primary contact, Donna O'Neal, at Donna.J.O'Neal@uscg.mil or by phone at 510-393-1145.