The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:
2 each
5330 01-527-0959
MA SEAL, MAJOR OVERHAUL KIT
MA SEAL, MAJOR OVERHAUL KIT
P/N H70146-1-2 MOUNTING RING
BUTT SCREWS 6, P/N H70146-1-3 MOUNTING RING
DOWELS 2;
P/N H70146-1-4 INFLATABLE SEAL 1; P/N H70146-1-
7 ADAPTER
RING SCREWS 12; P/N
H70146-2-2 MAIN CLAMP RING SCREWS 6; P/N
H70146-2-3 MAIN
CLAMP RING NUTS 6; P/N
H70146-3-1 SUPPORT SPRING ASSEMBLY 1; P/N
H70146-3-2
INTERLAYER 1; P/N H70146-3-3
BRIDGING SPRING ASSEMBLY 1; P/N H70146-3-4
BACKING SPRING
ASSEMBLY 1; P/N H70146-
4-2 CARRIER BUTT SCREWS 2; P/N H70146-4-3
CARRIER DOWELS 2;
P/N H70146-4-5 GUARD
1; P/N H70146-5-1 FACE SPLIT 1; P/N H70146-5-2
FACE SEALING
STRIP 1; P/N H70146-6-
2 SEAT BUTT SCREWS 4; P/N H70146-6-3 SEAT
DOWELS 2; P/N
H70146-6-4 SEAT SPRING PINS
2; P/N H70146-6-5 SEAT O-CORD 2; P/N H70146-7-2
DRIVE CLAMP
RING BUTT SCREWS 2;
P/N H70146-7-3 DRIVE CLAMP RING DRIVE SCREWS 2;
P/N
H70146-7-4 DRIVE CLAMP RING
ALIGNMENT SCREWS 4; P/N H70146-7-5 DRIVE CLAMP
RING NUTS 6;
P/N H70146-CT
COMPRESSION TOOL 1,
REFERENCE WARTSILLA PARTS CONTRACT HSCG40-14-D-
30023 FOR
PROCUREMENT OF PROPULSION
SHAFT MECHANICAL SEAL PARTS. **NEW CONTRACT IS
NOT IN PLACE
YET**
USING GUIDELINES OUTLINED IN SAE INTERNATIONAL
ARP5316D AND
TO MAINTAIN CRITICAL
SEAL INTEGRITY, REPLACE ALL ELASTOMERIC SEALS
AND SEAL
ASSEMBLIES 8 YEARS FROM THE
MANUFACTURE DATE. REFER TO SAE INTERNATIONAL
ARP5316D FOR
SPECIFIC ITEM DETAILS.
ORDER REPLACEMENT SEALS AND SEND ALL SEAL
ASSEMBLIES OVER 8
YEARS OLD FOR DISPOSAL.
PACKAGE & MARK IAW SP-PP&M-001 REV D
PHYSICAL & MECHANICAL PROTECTION
MFG NAME: DEFENSE MARITIME SOLUTIONS, INC.
PART_NBR: WLP001272-001
DO NOT QUOTE IF YOU CANNOT HONOR THE PACKAGING REQUIREMENTS !!!!!
Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226
Required delivery date no later than: 9/15/25
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2024-05 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 339991and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13
All responsible sources may submit a quotation via email to Nina.m.crosby@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 8/6/25 9 am Eastern Standard Time
OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:
Disclosure: The offeror under this solicitation represents that [Check one]:
__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.
(End of provision)
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (nov 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2023) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.
The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (dec 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dec 2023). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (oct2022)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (dec 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov.
CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf