PISTON INTERNAL COMBUSTION ENG
ID: 70Z08025QZB031Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

DIESEL ENGINES AND COMPONENTS (2815)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 2:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of ten units of the Piston Internal Combustion Engine, a critical component of the 154 Main Diesel Engine. This solicitation is part of an emergent requirement, and the goods must be packaged and preserved according to strict military standards to ensure safe delivery and compliance with operational protocols. The Coast Guard anticipates awarding a Firm Fixed Price Contract based on the lowest price technically acceptable, with a submission deadline for quotations set for April 4, 2025, at 10:00 AM Eastern Standard Time. Interested vendors should contact Donna Scandaliato at donna.m.scandaliato@uscg.mil or call 410-762-6259 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 4:05 PM UTC
Apr 2, 2025, 4:05 PM UTC
The document outlines a federal acquisition clause (FAR 52.252-2) which incorporates various clauses by reference into contracts with the same authority as if fully written. The clauses address requirements related to telecommunications, commercial services, subcontractor obligations, and compliance with federal laws and policies. Specific clauses include representations regarding telecommunications services, evaluation criteria for offers, contract terms, and conditions, as well as prohibitions on using telecommunications from certain foreign entities. The document emphasizes contractor compliance with diverse statutes related to ethics, labor standards, and environmental considerations, including small business utilization and employee rights under various executive orders. It specifies reporting requirements for contractors regarding any use of prohibited telecommunications equipment, seeking to mitigate risks associated with national security, and ensuring ethical conduct. This contract structure is crucial for fostering adherence to legal and ethical standards in federal procurement processes, enhancing transparency and accountability while supporting small businesses and safeguarding national interests.
Apr 2, 2025, 4:05 PM UTC
The "Packaging and Marking Guide for DoD" is an informational resource developed by the Defense Contract Management Agency (DCMA) to outline the requirements and best practices for packaging items intended for Department of Defense (DoD) contracts. It emphasizes the importance of adhering to various military and commercial packaging standards, such as MIL-STD-2073-1E and ASTM D-3951, to protect items during shipment and storage. The guide details key sections of contracts that pertain to packaging requirements, including identification of hazardous materials governed by strict modal regulations, and provides insight into military preservation methods and packaging levels (A and B). It stresses quality assurance provisions and outlines mandatory inspections to ensure compliance with packaging standards. The document serves as an educational tool rather than a formal regulatory text, reflecting the DoD's necessity for adequate protection of supplies within operational contexts. Overall, it aims to enhance efficiency, safety, and standardization in military logistics, thereby contributing to the effective management of defense logistics and procurement processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
COMPRESSOR, RECIPROCATING
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 12 reciprocating compressors, part number 06DR8200D1365A-USCG, which are essential for the operation of various refrigeration plants on Coast Guard vessels. These compressors, manufactured by Carrier Transicold Co., are required to meet specific technical specifications, including a four-cylinder design and compatibility with existing systems, and must include a pressure unloader package as part of the modification for Coast Guard applications. Interested vendors must submit their quotations by April 14, 2025, at 9:00 AM Eastern Standard Time, and should direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil, ensuring they are registered in the System for Award Management (SAM) and provide necessary compliance documentation.
PUMP UNIT, CENTRIFUGAL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a centrifugal pump unit with motor, essential for their reverse osmosis system. The procurement includes a specific requirement for the pump to be equipped with a Viton mechanical seal suitable for saltwater applications, and the order must adhere to strict packaging and preservation standards as outlined in military specifications. This procurement is critical for maintaining operational capabilities, and the Coast Guard intends to award a firm fixed-price contract based on the lowest price technically acceptable. Interested vendors must submit their quotations by April 14, 2025, at 10:00 AM Eastern Standard Time, and can direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
SPARE PARTS KIT, NSC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for a Spare Parts Kit, NSC, through Request for Quote 70Z08525P30022B00. The procurement focuses on obtaining genuine OEM parts from Sauer Compressors USA or their authorized distributors, including an air compressor unit and various kits, with a strict no-substitution policy for parts. This initiative is crucial for maintaining the operational readiness of the Coast Guard, ensuring logistical precision and efficiency in supplying necessary technical components. Interested vendors must submit their quotes by April 21, 2025, with a required delivery date of December 14, 2025, and are encouraged to contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Chad Ball at chad.a.ball@uscg.mil for further inquiries.
Rudder Shaft Seal Service Kits "A" & "B"
Buyer not available
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.
ELECTRONIC MODULE,STANDARDIZED
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a standardized electronic module, part number 4309175RX, manufactured by Cummins Inc., with a requirement for 15 units. This procurement is critical for the operation of ships' service diesel generators, and the items must be remanufactured with a core return due to their unavailability as new parts. Interested vendors must submit their quotations by April 14, 2025, at 9:00 AM Eastern Standard Time, and should ensure compliance with all federal contracting regulations, including registration in the System for Award Management (SAM) and submission of required certifications. For further inquiries, potential offerors can contact Eric Goldstein at Eric.I.Goldstein@uscg.mil.
PUMP UNIT CENTRIFUGAL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six centrifugal pump units, identified by NSN 4320-01-241-7284, to support its Surface Forces Logistics Center operations. The pumps must meet specific technical specifications, including a 5 HP motor, a maximum discharge flow rate of 130 GPM, and must be packaged in compliance with military standards to prevent damage during transit. This procurement is critical for maintaining operational readiness and efficiency within the Coast Guard's logistics framework. Interested vendors must submit their quotations by April 15, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, ensuring compliance with all outlined packaging and delivery requirements.
SLEEVE, PROPULSION
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of propulsion shaft sleeves essential for the operational readiness of its 270 WMEC class cutters. The contract includes the manufacturing, testing, and delivery of four distinct types of sleeves made from copper-nickel alloy, with specific dimensions and quality assurance protocols outlined in the solicitation. These components are critical for maintaining the integrity and performance of the Coast Guard's propulsion systems. Interested vendors must submit their quotations by April 14, 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.
Repair of Sphere and Head, CHG
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the repair of six CHG spheres and heads, which are critical components used in firefighting equipment. This procurement is outlined in solicitation number 70Z03825QH0000052 and is intended to ensure the operational readiness of USCG aircraft by providing necessary repairs, with an option to increase the quantity by four additional units within a year of the contract award. Interested vendors must comply with federal regulations and demonstrate their capabilities through a competitive bidding process, with the anticipated award date set for April 21, 2025. Quotations are due by April 17, 2025, and should be submitted via email to Zachary R. Harris at Zachary.R.Harris2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil.
OPEN, INSPECT AND REPORT INDICATOR XMTR SHIPS CONTROL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and potential overhaul of Indicator XMTR Ships Control units, with a total quantity of two units required. This procurement is critical for maintaining the operational readiness of the U.S. Coast Guard's Medium Endurance Product Line, as these components are essential for shipboard alarm and signal systems. Interested vendors must ensure compliance with specific packaging and marking requirements, as outlined in the associated documentation, and submit their quotes by May 2, 2024, at 10:00 AM EDT. For further inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
Various Items
Buyer not available
The Department of Homeland Security, specifically the United States Coast Guard's Aviation Logistics Center (ALC), is seeking to procure various aviation components through a sole source contract with Sikorsky Aircraft Corporation. The procurement includes four specific items: a power control quadrant, position sensor, exhaust assembly, and structural fitting, with a total quantity of four units required for each item, and a delivery date set for February 10, 2026. These components are critical for maintaining the operational readiness of Coast Guard aviation assets. Interested vendors may submit quotations to Ashley R. Winslow at Ashley.R.Winslow@uscg.mil and mrr-procurement@uscg.mil by April 28, 2025, at 2:00 PM EDT, with the understanding that the procurement is unrestricted and will be awarded based on fair and reasonable pricing.