Rudder Shaft Seal Service Kits "A" & "B"
ID: 70Z08025Q16006B00Type: Solicitation
Overview

Buyer

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

NAICS

Gasket, Packing, and Sealing Device Manufacturing (339991)

PSC

PACKING AND GASKET MATERIALS (5330)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a firm-fixed price contract for Rudder Shaft Seal Service Kits "A" and "B" essential for the propulsion and rudder shaft seal systems of the 154’ Patrol Boats (WPCs). The procurement emphasizes the requirement for original equipment manufacturer (OEM) components from Defense Maritime Solutions, Inc., ensuring compatibility and performance, while rejecting non-OEM proposals due to safety and operational integrity concerns. Interested contractors must submit their quotes electronically by April 29, 2025, with delivery of the components required within 120 calendar days after contract award. For further inquiries, interested parties can contact Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a contract proposal for the supply of rudder seal overhaul kits listed under two separate line item numbers (CLINs) with respective National Stock Numbers (NSNs) and part numbers. The items specified include the Rudder Seal, OVHL Kit "B" and Rudder Seal, OVHL Kit "A," with quantities of 12 and 23 respectively. Notably, both items are currently priced at $0.00, indicating either an initial estimate or a placeholder. Delivery details are specified as contingent on the receipt of a Delivery Order, and no specific delivery timeframe is provided in the document. The total contract amount also remains at $0.00 at this stage. This document serves as a preliminary submission related to federal procurement processes, reflecting structured steps in the Request for Proposal (RFP) protocol for acquiring essential military supplies or repairs, highlighting quantities and expected service timelines for these items without any financial commitments at this time.
    The document outlines quality assurance (QA) requirements for contract line item numbers (CLINs) 0001 and 0002, which necessitate thorough inspections at the vendor's facility per the Command policy. The inspections will assess 100% item dimensions and completeness against OEM specifications. Preservation and packaging standards must comply with MIL-STD-2073 for long-term storage, ensuring protection against rust and corrosion for up to two years. Items must be securely packed in appropriate shipping containers to prevent damage during transport, with specific marking and barcoding requirements as per MIL-STD-129R. The contractor is responsible for timely delivery to the U.S. Coast Guard's specified address, with all shipments adhering to designated business hours. Deviations from these standards require prior approval from the Coast Guard Contracting Officer. Non-compliance may result in rejection of the items and delayed payment. This document serves as a guideline for contractors to ensure adherence to federal quality standards in shipping and packaging for the Coast Guard, emphasizing the importance of meticulous quality assurance in governmental contracts.
    The U.S. Coast Guard (USCG) Surface Forces Logistics Center seeks to award a firm-fixed price contract for the purchase of original equipment manufacturer (OEM) components related to the propulsion and rudder shaft seal systems for the 154’ Patrol Boats (WPCs). The solicitation, number 70Z08025Q16006B00, emphasizes the requirement for OEM parts from Defense Maritime Solutions, Inc. to ensure compatibility and performance, rejecting any non-OEM proposals. The solicitation is structured according to FAR Subpart 12.6 and requests quotes on a restricted basis with no set-aside status. Interested contractors must submit their quotes electronically, providing a comprehensive breakdown of costs, delivery schedules, and relevant certifications to Dana Solomon by April 29, 2025. The required delivery for the components is within 120 calendar days after contract award. The evaluation criteria for contract award will focus on price and past performance, with the expectation that submissions adhere to specified packaging and quality assurance protocols. The document outlines detailed submission requirements, inspection protocols, and stipulations regarding contract terms, reflecting the careful governance typical of USCG procurement processes and ensuring transparency and accountability in federal contracting.
    The document outlines the procurement requirements for rudder stock seal service kits from Defense Maritime Solutions, Inc. for the U.S. Coast Guard (USCG) 154’ WPC vessels. It emphasizes that the rudder seal kits, essential for vessel operational integrity, are commercial items exclusively provided by the OEM, which must meet specific design and manufacturing standards. The document explains the inherent risks of using non-OEM parts, including potential catastrophic failures that could endanger crew safety and mission capability. To encourage competition, the USCG posted a Sources Sought Notice but found only Defense Maritime Solutions, Inc. responsive; no distributors were available. Despite extensive market research confirming the kits are solely sourced from the OEM, the document expresses ongoing efforts to obtain necessary technical specifications for future acquisitions and ensure all procurement activities align with federal standards. The procurement process reflects the USCG's commitment to ensuring reliability and safety for its vessels during challenging operational conditions.
    Lifecycle
    Title
    Type
    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.
    Sole Source Shaft Seal Overhaul Kits
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to Pioneer Industries Inc. for the procurement of Shaft Seal Overhaul Kits. This contract is being pursued under FAR 13.106-1(b), which allows for sole source awards when only one responsible source can meet the agency's requirements, as Pioneer Industries Inc. is the original equipment manufacturer (OEM) with the necessary proprietary knowledge and technical expertise. The goods are critical for maintaining the operational integrity of Coast Guard vessels, ensuring compatibility and performance standards are met. Interested parties who believe they can fulfill the requirements may submit a capability statement to Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil, with all submissions due by the specified deadline.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking 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, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    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.
    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.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    COUPLING,SHAFT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide two hydraulic couplings under Request for Quote 70Z08526Q30006B00. The procurement requires the couplings to meet specific Coast Guard manufacturing standards and be delivered by January 16, 2026, with quotes due by December 16, 2025, at 12 PM EST. These hydraulic couplings are critical components for the Coast Guard's operational equipment, ensuring reliability and performance in various maritime applications. Interested vendors must be registered in SAM.gov, adhere to strict quality assurance protocols, and submit invoices via IPP.gov, with shipping to Baltimore, MD, included in the total price.
    Cooler Lubricating Oil Engine
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of Cooler Lubricating Oil Engines, which are critical components for the MTU 4000 series main diesel engines used in 154' WPC vessels. The requirement includes four units that must be "service ready" prior to shipping, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E and MIL-STD-129R. This procurement is essential for maintaining operational readiness and reliability of the Coast Guard's fleet. Interested vendors must submit their quotations by December 11, 2025, at 10:00 AM EST, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    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.