WINDLASS PARTS
ID: 70Z04024Q60114Y00Type: Combined Synopsis/Solicitation
Overview

Buyer

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

PSC

WINCHES, HOISTS, CRANES, AND DERRICKS (3950)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 12, 2023 2:12 PM
  2. 2
    Updated Dec 12, 2023 2:12 PM
  3. 3
    Due Dec 27, 2023 1:00 PM
Description

Combined Synopsis/Solicitation Homeland Security, Department of is seeking windlass parts. Windlass parts are typically used in winches, hoists, cranes, and derricks. The procurement target is for the US Coast Guard, specifically the SFLC Procurement Branch 3. The notice is a Total Small Business Set-Aside and the place of performance is Curtis Bay, MD. The primary contact for this procurement is SK2 Tyrone Johnson. The Coast Guard intends to award a Firm Fixed Price Purchase Order. The required items include bushings, brake bands, couplings, brake screw shafts, pin actuator screws, drive shaft assemblies, keyless shaft hub locking assemblies, grease fittings, and pump unloading solenoid valves. The delivery address is the USCG Surface Forces Logistics Center in Baltimore, MD. The delivery date is estimated to be 03/01/24. All deliveries are required to be made between 7:00AM to 1:00PM, Monday through Friday.

Point(s) of Contact
Files
Title
Posted
3/26/2024
Lifecycle
Title
Type
WINDLASS PARTS
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
CONTROL ASSEMBLY, TRANSMISSION
Active
Homeland Security, Department Of
The US Coast Guard has issued a solicitation for commercial vendors to supply control assemblies and transmission components for its Surface Forces Logistics Center. This is an unrestricted solicitation for combined commercial items, seeking quotes for a Firm Fixed Price Purchase Order. The focus is on acquiring genuine OEM parts from authorized distributors. Pacific Star Marine Inc. is mentioned as the manufacturer for the required components. The key components required are: 1. Control Assembly, Transmission (3 units) 2. Gearbox Assembly (3 units) 3. Mechanical Transmission (3 units) 4. Special Purpose Cable Assembly (3 units) All items have a requested delivery date of October 15, 2024, and must conform to specific packaging and marking requirements outlined in military standards. Quotes are due by 12 PM EST on August 9, 2024, and should include a letter from the OEM confirming the vendor's authorization to distribute Pacific Star Marine Inc. parts. No substitutions will be authorized without USCG approval, and vendors must have an active SAM.Gov registration prior to award. Selected vendors will need to comply with MIL-STD-129R packaging standards and deliver the items to the USCG Surface Forces Logistics Center in Baltimore, MD. For more details and technical specifications, interested parties should contact DAN KANE at CHARLES.D.KANE@USCG.MIL. Eligible vendors are invited to submit their quotes by the specified deadline, including the required SAM.Gov registration and OEM authorization. The USCG will evaluate quotes based on the stated requirements and select a vendor for the purchase order.
WINDSHIELD WIPER ASSEMBLY
Active
Homeland Security, Department Of
Solicitation Notice: Homeland Security, Department of - US Coast Guard is seeking a Windshield Wiper Assembly. This assembly is typically used for motor vehicles and marine equipment. The procurement will be a Total Small Business Set-Aside. The place of performance is Curtis Bay, Maryland, United States. The required delivery date for the item is February 28, 2025. The solicitation number is 70Z08524Q30118B00. The Coast Guard intends to award a Firm Fixed Price Purchase Order. Only authorized distributors of IN MAR SYSTEMS INC. are invited to submit a quote, which must include a letter from the OEM verifying their authorization. The quantity required is 3 EA. The packaging and marking requirements include individual packaging in accordance with MIL-STD-2073-IE method 10, cushioned in bubble wrap and packed in a fiberboard box. The delivery address is USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Building 88, Baltimore, MD 21226. All deliveries must be made between 8:00 a.m. EST to 1:00 p.m. EST, Monday through Friday. Invoicing for this purchase order must be done through https://www.ipp.gov.
SEAL ASSY, SHAFT, SPRING LOADED
Active
Homeland Security, Department Of
Solicitation Notice: Homeland Security, Department of - US Coast Guard is seeking a SEAL ASSY, SHAFT, SPRING LOADED. This item is typically used for motor vehicle transmission and power train parts manufacturing. The procurement will take place in Curtis Bay, Maryland, United States. The required delivery date for this item is 12/31/2024. The vendor must provide 3 units of the specified item, with packaging and marking requirements as per MIL-STD-2073-1E. The item must be shipped to USCG Surface Forces Logistics Center in Baltimore, MD. The vendor must meet the packaging requirements and ensure delivery and any freight charges to zip code 21226 are included in the total cost. The payment terms are NET 30. The vendor must have an active registration in SAM.Gov prior to award. The vendor must also submit the invoice through https://www.ipp.gov and send a copy to the PO Issuing Office.
WINCH, MAIN FALL
Active
Homeland Security, Department Of
The US Coast Guard has issued a solicitation for commercial vendors to submit quotes for the supply of two main fall winches manufactured by Appleton Marine Inc. The Surface Forces Logistics Center intends to award a firm fixed-price purchase order for these winches, emphasizing that no substitutions will be authorized without USCG approval. The OEM or its authorized distributors are the only entities believed to possess the required technical data and parts for this specialized order. The winches must be delivered by October 15, 2024, and vendors must include a letter from the OEM confirming their authorization to supply these specific parts. Technically, the item required is a "new Appleton Marine main fall winch for 175 WLM." The packaging and labeling of the winches must follow military standards, and vendors must be registered in SAM.gov to be eligible for award. Quotes are due by 12 p.m. EST on August 9, 2024, and should include unit prices, a delivery date commitment, and a response to the request for vendor information. For technical queries, vendors may contact Michael Mooney at michael.p.mooney1@uscg.mil or 571-607-6027. For all other inquiries, including submission of the completed quote, contact Gina Baran at gina.m.baran@uscg.mil. This opportunity is a Total Small Business Set-Aside, and the US Coast Guard encourages all responsible small businesses to submit quotations.
Clutch, Overrunning
Active
Homeland Security, Department Of
Combined Synopsis/Solicitation Homeland Security, Department of is seeking quotations for the procurement of a Clutch, Overrunning. This item is used on U.S. Coast Guard Small Boats and is essential for their operation. The procurement requires 100 units of the specified part number, with delivery required by 9/20/2024. The items must be individually packaged and marked according to specific packaging requirements outlined in the document. Inspection and acceptance will take place at the destination, and failure to comply with packaging requirements will result in rejection. The delivery location is the USCG Surface Forces Logistics Center in Baltimore, MD. It is anticipated that a non-competitive sole source purchase order will be awarded for this procurement. Only Motions Industries Inc. and their authorized distributors are believed to have the technical and engineering data, as well as genuine OEM parts, required for this item. Other concerns with the expertise and capabilities to provide the same items are invited to submit information within three calendar days. The solicitation is for a commercial item, and quotations are being requested. The closing date for receipt of quotes is 7/31/2024 at 11 a.m. Eastern Standard Time. Interested companies must have valid DUNS numbers and be registered with the System for Award Management (SAM). The solicitation includes various FAR clauses that apply to this procurement.