LOAD CELL, FORCE-WEIGHT
ID: 70Z08525Q40051B00Type: Solicitation
Overview

Buyer

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

NAICS

Battery Manufacturing (335910)

PSC

SCALES AND BALANCES (6670)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is soliciting quotes for the procurement of four Load Cell, Force-Weight units manufactured by Appleton Marine Inc. This Request for Quote (RFQ) #70Z08525Q40051B00 requires bidders to be authorized distributors of Appleton Marine Inc., necessitating the inclusion of a letter of authorization with their submissions. The goods are critical for the operational needs of the Coast Guard, particularly for use on refrigeration ships, and must be delivered by April 4, 2025, with quotes due by April 15, 2025. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with military packaging standards and invoicing through the Integrated Personnel and Pay System (IPP).

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Federal Acquisition Regulation (FAR) clauses incorporated in contracts under the FAC 2021-07 guidelines, with a focus on commercial items. These clauses dictate essential requirements for contractors, including compliance with specific legal standards and executive orders aimed at safeguarding government interests. Key areas covered include contractor instructions, evaluation criteria, representations, certifications, and conditions for commercial item contracts. The focus on small businesses is evident, with clauses promoting HUBZone and veteran-owned businesses, while shielded measures against prohibited entities are emphasized, such as those related to Kaspersky Lab. The document specifies regulatory obligations regarding equal opportunity for various demographics, child labor restrictions, and labor standards related to service contracts. Moreover, it details procedures for inspecting supplies, payment specifications, and conditions for government termination of contracts for convenience or cause, ensuring liability clarity. Collectively, these guidelines serve to facilitate compliance in federal contracting, contributing to lawful and equitable procurement processes within government contracts.
    The document outlines a Request for Quote (RFQ) #70Z08525Q40051B00 issued by the U.S. Coast Guard's Surface Forces Logistics Center for the procurement of four Load Cell, Force-Weight units manufactured by Appleton Marine Inc. Bidders must submit quotes by April 15, 2025, for delivery by April 4, 2025. Only authorized distributors of Appleton Marine Inc. may respond, necessitating a letter of authorization with submissions. The estimated total cost must include shipping to Baltimore, MD, and comply with specific military packaging standards (MIL-STD-2073-1E). All invoicing will transition to electronic processing through the Integrated Personnel and Pay System (IPP). The RFQ aims to establish a Firm Fixed Price Purchase Order with emphasis on competitive pricing, stipulating that all quotes from registered vendors will be considered. The initial delivery date and the packaging requirements underscore the government's commitment to proper material handling and timely supply for the Coast Guard's operational needs.
    Lifecycle
    Title
    Type
    LOAD CELL, FORCE-WEIGHT
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    STARTER, MOTOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of six motor starters (NSN 6110-01-452-4963, Part W200M5CFC) through Request for Quote (RFQ) 70Z08526Q30002B00. This procurement is critical for maintaining operational readiness and functionality of motor vehicle electrical systems within the Coast Guard fleet. Vendors must ensure compliance with strict packaging and labeling requirements, deliver to Baltimore, MD, and submit their quotes by December 18, 2025, at 1 PM EST, with a required delivery date of January 18, 2025. Interested parties should contact Christopher Huertas-Rolon at Christopher.A.Huertas-Rolon@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further details.
    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.
    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.
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    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.
    BERTHING CREW RACK
    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 57 Berthing Crew Racks, identified by NSN 7195 01-F18-5525, manufactured by SPEC-BUILT SYSTEMS, INC. This solicitation is a combined synopsis/solicitation for commercial items, and only the original equipment manufacturer or their authorized distributors are eligible to submit quotes, which must include verification of distributor status from the OEM. The items are crucial for the operational readiness of the Coast Guard's 418 FT WMSL vessels, and the delivery of the racks is required by February 18, 2026, with quotes due by December 22, 2025, at 12 PM EST. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified requirements, including military packaging standards and invoicing through ipp.gov.
    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).
    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.