SHAFT SEAL SERVICE
ID: 70Z04026Q60514Y00Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide shaft seal services for the USCGC Pablo, Valent, located at the Coast Guard Yard in Baltimore, Maryland. The procurement involves the provision of a Technical Representative to build, install, and test two propulsion shaft seals, including the overhaul of existing seals and inspection of components, with all work to be completed by December 10, 2025. This service is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety and environmental regulations. Interested vendors must submit their quotes via email to Erica Gibbs by November 14, 2025, at 9:00 AM Eastern, and adhere to the specified requirements outlined in the Statement of Work and applicable FAR clauses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Smart Matrix Table from Acquisition.GOV lists various federal acquisition regulations (FAR) provisions and clauses, detailing their effective dates and applicability codes (P for Provision, C for Clause). Key regulations cover areas such as the incorporation by reference of representations and certifications (52.204-19), prohibitions on contracting with entities related to Kaspersky Lab (52.204-23) and certain telecommunications/video surveillance services or equipment (52.204-24, 52.204-25, 52.204-26), and supply chain security (52.204-29). Other critical clauses address contract definitization (52.216-25), combating trafficking in persons (52.222-50), prohibitions on contracting with entities engaging in certain activities relating to Iran (52.225-25), and encouraging policies against text messaging while driving (52.226-8). The document also includes regulations on unenforceability of unauthorized obligations (52.232-39), accelerated payments to small business subcontractors (52.232-40), applicable law for breach of contract claims (52.233-4), prohibitions on unmanned aircraft systems from covered foreign entities (52.240-1), and subcontracts for commercial products and services (52.244-6). This table serves as a crucial reference for federal contracting, ensuring compliance with diverse regulatory requirements across various acquisition processes.
    This Performance Work Statement outlines the requirements for a Technical Representative to build, install, and test X2 propulsion shaft seals on the USCGC Pablo, Valent, in Baltimore, MD. The work involves overhauling existing seals, inspecting components, and renewing expendable parts. The contractor must provide all necessary equipment and services, adhering to specific schedules and safety regulations, including OSHA standards and ISO 9001 and 14001 certifications. Key contractor responsibilities include complying with RAPIDGate security requirements for facility access, managing hazardous materials according to federal and local environmental regulations, and ensuring proper disposal of waste. The government will provide material handling services, utilities (water, compressed air, electricity up to 200 amps and 480 volts), and emergency services. The contractor is responsible for all costs associated with non-compliance and delays.
    Lifecycle
    Title
    Type
    SHAFT SEAL SERVICE
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    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.
    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.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.
    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.
    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.
    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.
    OEM WTC Coating and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for OEM WTC Coating and Repairs, with Automatic Coating Limited U.S.A. identified as the sole qualified vendor for this specialized work. The procurement involves providing Tidal Coating services for the CGC THETIS, which includes repairing and fluidizing bed coating three watertight closures, with the work scheduled to commence upon delivery of the closures around December 20, 2025, and completion required by January 30, 2026. This opportunity is critical for maintaining the operational readiness of the Coast Guard's vessels, ensuring they meet necessary performance standards. Interested parties capable of fulfilling these requirements must submit their qualifications and relevant documentation to Jacqueline D. Handley at jacqueline.d.handley@uscg.mil by 10 AM on December 8, 2025.
    CGC Polar Star Water Pump Spare Parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to supply spare parts for the water pumps of the CGC Polar Star. The procurement includes essential components such as impellers, shaft sleeves, wearing rings, gaskets, and mechanical seals, which are critical for the vessel's maintenance and operational readiness. The parts must be delivered to Seattle, Washington, by March 1, 2026, to ensure timely installation during the vessel's next availability. Interested parties should submit their proposals by 0900 Pacific Time on December 4, 2025, and may contact Sean McTague or Jason Garris for further information.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.