Open/Inspect/Report/Overhaul/Purchase of Hydraulic Cylinders for USCG
ID: 70Z08525QIBCT0005Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the overhaul of hydraulic cylinders used on its cutters. This procurement aims to ensure the operational readiness of vital equipment by restoring hydraulic cylinders to a condition equivalent to new, adhering to Original Equipment Manufacturer (OEM) guidelines throughout the process. Interested small businesses must submit comprehensive proposals by May 1, 2025, at 4 PM Norfolk, Virginia time, including acknowledgment of amendments and documentation of technical capability and past performance. For further inquiries, potential offerors can contact Craig J. Lilly at craig.j.lilly2@uscg.mil or by phone at 410-762-6197.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation regarding a government contract, specifically focusing on the acknowledgment of receipt of the amendment and changes to offer deadlines. The amendment extends the offer due date by two days to May 1, 2025, while keeping the submission time at 1600 Norfolk, Virginia time unchanged. It also addresses several inquiries related to the contract specifications, such as the need for details on cylinder components, the timing of cost submissions, coating requirements for piston rods, and the procurement of OEM procedures. The U.S. Coast Guard (USCG) will assist in obtaining necessary information while clarifying that detailed pricing will not be required until the order level. The main purpose of the document is to communicate adjustments to the original solicitation and ensure that potential contractors are adequately informed to submit competitive offers. This emphasizes the importance of clear communication in government RFP processes to facilitate proper bidding and compliance.
    The provided document is a catalog of items listed under the Federal Supply Classification (FSC) system, detailing various components likely intended for procurement through government contracts. Each entry contains product identification information, including the CLIN (Contract Line Item Number), Part Number, FSC code, NIIN (National Item Identification Number), and Manufacturer. The majority of entries feature items produced by companies such as Appleton Marine, Walz&Krenzer, and Allied Systems Co., among others. The products primarily fall within the categories of marine supplies, repairable components, and consumable goods, indicating their application in maintenance or operational settings. The document appears to serve as part of a broader federal Request for Proposals (RFPs) or grant opportunities focused on sourcing necessary materials or services for government operations, aiming to support various agencies and sectors. Effective management of these procurement processes is essential to maintaining operational efficiency and meeting government standards.
    The document consists of data sheets detailing various hydraulic cylinders compatible with specification R-580-2037, intended for use in United States Coast Guard applications. Each data sheet includes nominal dimension data such as bore size, stroke, rod size, weight, color, operating pressure, test pressure, application, manufacturer, part number, stock number, and other relevant information. The cylinders specified cover a wide range of sizes and operational capabilities, highlighting applications in different vessel systems such as cranes and steering gear. Special requirements, material specifications, and testing procedures are also noted, underlining the importance of compliance with quality and operational standards. This collection serves as a comprehensive reference for procurement and operational planning in Coast Guard projects, facilitating efficient sourcing and utilization of hydraulic components across various maritime platforms while complying with government specifications. The organized structure aids in the quick identification of specific components needed for maintenance and repair.
    The document outlines the contractual clauses and provisions applicable for Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) related to government contracts and requests for proposals (RFPs). It includes essential provisions such as the System for Award Management (SAM), small business considerations, disclosure requirements about foreign entities, and performance evaluation procedures. Key provisions mandate contractors to have a current and valid registration in SAM and to submit representations and certifications regarding their business status. Evaluation criteria focus on technical capability and past performance, stipulating that offers must conform to the specified guidelines. Further, the document emphasizes invoicing requirements, detailing the process for proper submission and review, including specific guidelines for contract modifications. The roles of the Contracting Officer and Contracting Officer’s Representative (COR) are defined, emphasizing their authority in approving changes and assessing contractor performance. Overall, the document serves as a comprehensive guide for contractors aiming to comply with federal regulations while pursuing government contracts, ensuring transparency, accountability, and adherence to legal standards.
    The U.S. Coast Guard is soliciting quotations for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the overhaul of hydraulic cylinders used on its cutters. The combined synopsis/solicitation, numbered 70Z08525QIBCT0005, was issued on April 8, 2025, with a response deadline of April 29, 2025. The solicitation is a total small business set-aside under NAICS code 333995, allowing businesses with up to 800 employees to compete. Interested contractors must submit a comprehensive proposal, including a cover letter, acknowledgment of solicitation amendments, and documentation regarding technical capability and past performance. The procurement follows Federal Acquisition Regulation (FAR) guidelines, ensuring that submissions meet specified regulations and provisions. There are no additional contract requirements, and late submissions will not be evaluated. The contract, expected to last five years, will consist of Firm Fixed-Price orders under FAR Parts 12 and 13. Questions regarding the solicitation are encouraged to be submitted by April 23, 2025, to facilitate timely responses. Attachments accompanying the solicitation include necessary clauses, specifications, and additional clarifications. This procurement demonstrates the Coast Guard's commitment to maintaining its operational readiness through timely and effective equipment overhaul.
    The document is a Request for Clarification (RFC) related to the solicitation for the overhaul of hydraulic cylinders by the US Coast Guard, identified by RFQ #70Z08525QIBCT0005. It outlines the process for potential offerors to submit questions regarding the solicitation, specifying that inquiries must be written and submitted on the designated form provided in the document. Each form permits only one question to ensure clarity and organization. The responses to these inquiries will be addressed solely through a formal solicitation amendment, indicating that any verbal or informal questions will not be acknowledged. This structure ensures a controlled and documented process for clarifying the solicitation terms in line with government procurement practices, reinforcing the importance of written communication in federal contracting procedures.
    The document outlines the specifications for the overhaul of hydraulic cylinders utilized on U.S. Coast Guard cutters. It details requirements for receipt, inspection, testing, preservation, and packaging of these hydraulic components. The contractor is responsible for following Original Equipment Manufacturer (OEM) guidelines throughout the overhaul process, ensuring that cylinders are restored to a condition equivalent to new. Key procedures include thorough inspections of internal and external components, mandatory replacement of specific parts, and rigorous testing for functionality and leakage. Additionally, the document emphasizes the preservation and proper packaging of the hydraulic cylinders to prevent damage during shipping. Quality assurance is crucial, requiring that all inspection and testing align with established standards. The Coast Guard's Contracting Officer oversees the process, evaluating repairs and determining the disposition of any components deemed Beyond Economical Repair (BER). Overall, this specification serves as a comprehensive guideline for contractors tasked with maintaining the operational readiness of vital Coast Guard equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CYLINDER- HEAD, DIESEL ENGINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of diesel engine components, including 16 cylinder heads and 2 parts kits, from Caterpillar Defense. This unrestricted Request for Quote (RFQ) 70Z08526Q30007B00 requires vendors to provide brand-name items, with no substitutions permitted without prior approval from USCG technical experts. The components are critical for maintaining the operational readiness of Coast Guard vessels, and the selected vendor must ensure delivery by January 8, 2026, with quotes due by December 22, 2025, at 12 PM EST. Interested vendors must be registered in SAM.gov and include shipping costs to Baltimore, MD, with payments processed through IPP.gov on a NET 30 basis. For further inquiries, contact Gina Baran at gina.m.baran@uscg.mil or call 571-610-0488.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    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
    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.
    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.
    31--CYLINDER,HOIST
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of hoist cylinders. This contract involves the manufacture and supply of hoist cylinders, which are critical components used in various naval applications, ensuring operational efficiency and safety. The solicitation is open until December 31, 2025, and interested vendors must comply with specific quality assurance and inspection requirements, including adherence to military standards and regulations. For further inquiries, potential bidders can contact James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS711.CIV@US.NAVY.MIL.
    Brand Name; Pump, Axial Pistons
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six brand-name Axial Piston Pumps, as part of a combined synopsis/solicitation. The requirement includes opening, inspecting, reporting, and potentially overhauling the specified pumps, which are critical for various operational applications within the Coast Guard's logistics framework. Interested vendors must ensure compliance with strict packaging and marking requirements, as well as provide a firm fixed price for the services, with delivery to be made to the Coast Guard's facility in Baltimore, MD. Quotations are due by December 18, 2024, at 11:00 AM EST, and should be submitted via email to Chad Ball at chad.a.ball@uscg.mil.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Homeland Security, Department Of
    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 as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, 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 option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    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.