70Z04024Q52221B00
ID: 70Z04024Q52221B00Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing (333612)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

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 quotes for the procurement of specific Original Equipment Manufacturer (OEM) parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The required items include a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with quantities of 9 and 10 units needed, respectively, to support the operational readiness of Coast Guard vessels. This procurement is critical for maintaining the functionality and safety of marine equipment, emphasizing the importance of compliance with military packaging and labeling standards. Interested vendors must submit their quotes by September 20, 2024, at 1:00 PM EDT, to the designated contacts, Derrell L. Green and Andrew D. Kropkowski, with payment processed within 30 days following inspection and acceptance of the delivered items at the Baltimore warehouse.

    Point(s) of Contact
    Andrew D. Kropkowski
    Andrew.D.Kropkowski2@uscg.mil
    Files
    Title
    Posted
    The document addresses a question regarding payment timelines associated with a federal procurement under RFP 70Z04024Q52221B00. Specifically, it confirms that payments will be processed within 30 days following the inspection and acceptance of items delivered to the US Coast Guard (USCG) Baltimore Warehouse. This information is pertinent for vendors considering responsive bids, as it outlines the financial expectations and timelines after fulfilling contract requirements. Understanding these terms is crucial for effective cash flow management and planning for businesses engaging in federal contracts. The document serves to clarify a significant aspect of the procurement process, aiding potential contractors in their financial preparations.
    The document pertains to a government Request for Proposal (RFP) concerning procurement processes set by the U.S. Coast Guard, specifically addressing vendor queries about shipping and payment terms. It clarifies that the Coast Guard does not accept drop shipments directly from manufacturers to the Baltimore warehouse due to stringent preservation and labeling requirements for items as specified in the Solicitation. Additionally, it outlines the payment terms, stating that payment will be made within 30 days following inspection and acceptance of goods at the designated warehouse. This RFP underscores the importance of adherence to specific regulations in government contracting while ensuring timely payment processes for vendors, reflecting the Coast Guard's operational standards.
    The document outlines specific requirements and responses related to solicitation 70Z04024Q52221B00 for the supply of Coast Guard Outdrives and related components. It emphasizes the need for proper assembly and packaging of Outdrive components, requiring that both the Upper Gear Case and Gear Housing be securely packaged together as a single unit to facilitate storage and inventory management. Additionally, it details that drop shipments directly from the manufacturer to the Coast Guard warehouse will not be accepted due to strict preservation and labeling requirements. Furthermore, it clarifies that payment for successfully delivered items will be processed within 30 days following inspection and acceptance at the Baltimore warehouse. These stipulations highlight the Coast Guard's commitment to maintaining quality and regulatory compliance in procurement processes.
    The U.S. Coast Guard's Surface Forces Logistics Center is issuing a solicitation for specific OEM parts from Volvo Penta of the Americas, LLC, under Request for Quote (RFQ) number 70Z04024Q52221B00. The procurement will employ Simplified Acquisition Procedures, targeting small businesses due to a size standard of 750 employees per NAICS code 333612. The solicitation mandates that vendors supply two specified parts: a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with a total of 9 and 10 units needed, respectively. Quotes must include destination pricing to Baltimore, MD, with no substitutions allowed without prior government approval. Additional requirements stipulate specific packaging and marking standards as per military guidelines, with deliveries scheduled Monday to Friday during business hours. Invoicing must be processed via the Integrated Payment Platform. The document underscores compliance with various Federal Acquisition Regulations (FAR) clauses and provisions, reinforcing the structured approach to ensure quality, accountability, and adherence to contract terms throughout the procurement process.
    Lifecycle
    Title
    Type
    70Z04024Q52221B00
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    CYLINDER, STEERING
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 200 steering cylinders, classified under NSN 3040-20-009-3986, as part of a combined synopsis/solicitation. These parts are critical for the operation of U.S. Coast Guard small boats, and only genuine OEM parts from SEASTAR SOLUTIONS or their authorized distributors will be accepted, as the government does not possess the proprietary data for these components. Interested vendors must submit their quotes by September 20, 2024, and ensure they are registered in SAM.gov prior to submission; for further inquiries, they can contact Kimberly J. Wooters at kim.j.wooters@uscg.mil or by phone at 410-762-6508.
    KIT, REPAIR PARTS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is soliciting quotes for a repair parts kit identified by NSN 2030 01-485-7209, with a required delivery date of January 31, 2025. Vendors are expected to provide a total of 15 units, adhering to strict military packaging specifications, and must include all costs, including shipping to Baltimore, MD, in their quotations. This procurement is crucial for maintaining operational readiness and ensuring the availability of necessary repair parts for Coast Guard operations. Interested vendors must submit their quotes by September 18, 2024, and ensure they are registered in the System for Award Management (SAM) prior to award; for further inquiries, contact Gina Baran at gina.m.baran@uscg.mil.
    VALVE ASSY, DIRECTIONAL CONT
    Active
    Homeland Security, Department Of
    The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.
    CGC POLAR STAR - MDE R/W PUMP
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide replacement pumps for the CGC POLAR STAR's main diesel engines. The procurement involves acquiring two ALCO R/W PUMPS, part number 22500130-1R, as specified by USCG engineers to enhance the operational lifespan of critical maritime equipment. This initiative underscores the importance of maintaining the functionality and efficiency of the U.S. Coast Guard's fleet. Interested vendors must submit an official quote, including a SAM.gov registered DUNS number, to Tyler Melton at Tyler.k.melton@uscg.mil, ensuring accurate lead times and product availability are provided. The contract will be awarded on a firm-fixed-price basis, with a total small business set-aside under FAR 19.5.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    Main Gearbox, Gearbox Assembly, Input Module, Intermediate Gearbox, Tail Rotor Gearbox Accessory Drive Gearbox
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting market research to identify potential sources for various helicopter gearbox components, including the Main Gearbox, Gearbox Assembly, Input Module, Intermediate Gearbox, Tail Rotor Gearbox, and Accessory Drive Gearbox. The USCG seeks suppliers capable of providing these items with traceability back to the Original Equipment Manufacturer, Sikorsky Aircraft Corporation. This sources sought notice is intended for information and planning purposes only, and responses are due by October 3, 2024, at 2:00 PM EDT. Interested parties should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil, including the reference number 70Z03824IJ0000065 in the subject line.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various items necessary for the maintenance of the MH-60T helicopter. This procurement will be conducted as a sole-source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), due to the specialized nature of the components, which include spacers, straps, and levers that adhere to critical operational standards. The items are essential for maintaining the operational readiness of USCG helicopters, and delivery is requested within 90 days after receipt of order, with early shipments encouraged. Interested vendors may submit quotations to Ashley Winslow at ashley.r.winslow@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil by September 20, 2024, at 2:00 PM EDT, referencing solicitation number 70Z03824QJ0000370.
    VALVE, SOLENOID
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of three solenoid valves under solicitation number 70Z08524Q40225B00. The requirement includes strict adherence to federal guidelines for packaging, shipping, and invoicing, with delivery expected by October 24, 2024, and quotes due by September 11, 2024. These solenoid valves are critical components used in various applications, emphasizing the importance of regulatory compliance in federal procurement practices. Interested vendors must ensure they are registered in SAM.gov and can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    Welin Lambie Davits
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the procurement and maintenance of Welin Lambie Dual Point Davits (Model TW.PIV 5.0B). The solicitation includes requirements for maintenance parts kits, overhaul kits, spare parts, and certified technical support, structured as a firm-fixed price indefinite delivery contract with one base year and four option years. These davits are critical for the operational reliability and safety of the Coast Guard's maritime operations, emphasizing the importance of quality assurance and regulatory compliance throughout the maintenance process. Offers are due by September 30, 2024, at 2:00 PM EST, and interested parties should contact Florence Harwood or Shaun I. Squyres for further information.
    Overhaul of Yaw Trim Servo
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the overhaul of Yaw Trim Servos utilized in the MH-60T aircraft under solicitation number 70Z03824QJ0000392. The procurement involves a sole-source contract anticipated to be awarded to Kearfott Corporation, the Original Equipment Manufacturer (OEM), for the maintenance and evaluation of these critical components, ensuring they meet airworthiness standards and are returned to a Ready For Issue (RFI) condition. This contract is vital for maintaining the operational readiness of U.S. Coast Guard aircraft, which play a crucial role in missions such as search and rescue and environmental protection. Interested parties must submit their quotations by October 16, 2024, with an anticipated award date around November 6, 2024; for inquiries, contact Trenton Twiford at trenton.c.twiford@uscg.mil.