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
    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.
    PARTS KIT, BEARING REPLACEMENT
    Homeland Security, Department Of
    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.
    Sole Source Shaft Seal Overhaul Kits
    Homeland Security, Department Of
    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)
    Homeland Security, Department Of
    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.
    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.
    Imtra Wipers and parts
    Homeland Security, Department Of
    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.
    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.
    COUPLING,SHAFT
    Homeland Security, Department Of
    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.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    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.
    RHIB NOTCH ULTRA POLY PAD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of various RHIB Notch Ultra Poly Pads, which are essential components for small boat launch and recovery operations. The contract includes multiple items with specific dimensions and materials, including pads with rubber backing and UV stability, to ensure durability and functionality in marine environments. Interested vendors must comply with stringent packaging and delivery requirements, including adherence to MIL-STD-2073-1E and ASTM-D-3951 standards, and submit their quotes by December 15, 2025, at 10:00 AM EST to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL. All submissions must include a valid DUNS number and be registered with the System for Award Management (SAM).