Amendment 02 - 12/8/2025:
This amendment is issued to provide clarifications to industry questions. All other terms and conditions of the solicitation remain unchanged.
Question 1 – Brand Name or Equal Approval
The Statement of Work lists Buffalo Pump part numbers. To improve price competitiveness and meet the delivery timeline, we respectfully request confirmation that OEM‑equivalent (“brand name or equal”) parts will be accepted, provided they:
• Meet or exceed the functional and dimensional requirements
• Are compatible with the CGC POLAR STAR’s installed pumps
• Include manufacturer documentation verifying equivalency
If allowable, we will submit detailed technical specifications with our quote.
Answer 1:
The Government’s intent is to procure original equipment manufacturer (OEM) Buffalo Pump parts as specified in the Statement of Work. This requirement is for brand‑name OEM components only; “brand name or equal” substitutes will not be accepted under this solicitation. Offerors shall ensure that all quoted items are OEM Buffalo Pump parts and provide sufficient documentation (e.g., OEM part numbers, datasheets, or OEM certification) to demonstrate that the items offered are genuine OEM components compatible with CGC POLAR STAR’s installed pumps.
Question 2 – Buy American Act (BAA) Non‑Availability (If Applicable)
Some pump components may not be domestically manufactured.
If no U.S. made equivalents exist for specific items, we request confirmation that a BAA Non‑Availability exception may be applied under FAR 25.103(b) so long as:
• The parts meet all performance specifications
• Country‑of‑origin documentation is provided
We will identify any such components in advance if required.
Answer 2:
The applicability of a BAA non‑availability exception under FAR 25.103(b) depends on the specific items proposed and their country of origin. At this time, the Government has not determined that any of the items in this requirement are non‑available. Offerors shall identify any components that are not domestic end products and provide the associated country‑of‑origin and technical information as part of their quote. The Government will evaluate any requested exception in accordance with FAR Part 25 and make any determination during the evaluation of offers. Offerors remain responsible for ensuring their proposed supplies comply with the Buy American Act and any other applicable domestic preference requirements unless and until an exception is determined to apply.
Question 3 – Delivery Schedule Flexibility
The SOW requires delivery by 01 March 2026.
If OEM lead times reflect backorders, we respectfully request the option for:
• A brief delivery extension, or
• Partial/staggered delivery (if acceptable)
This ensures timely and compliant performance without premium cost impacts.
Answer 3:
The required delivery date remains 01 March 2026 as stated in the Statement of Work. The Government understands that OEM lead times may affect the ability to meet this date. Offerors shall provide current, verifiable OEM lead time information with their quotes if the standard lead time extends beyond the required delivery date. The Government is not revising the delivery requirement at this time. Any proposed delivery schedule based on substantiated OEM lead times may be considered during evaluation and/or post‑award administration, as appropriate. Partial or staggered deliveries are not currently authorized unless specifically addressed and approved as part of the resulting award or a subsequent contract modification.
Amendment 01 - 12/3/2025:
This solicitation is extended until 0900 Pacific Time on 12/11/2025.
Q: What is the type of pump / model / SN / etc. so we can research the correct parts?
A: All pumps are manufactured by Buffalo Pump.
1) Hot Water Pump:
Model: AA6 CCRE
S.O #: 24451948-(01/02)*
**the 01/02 represents the pumps as there is a #1 Hot Water Pump and #2 Hot Water Pump
2) Condensate Pump:
Model: AA6 CCRE
S.O #: 24451946-(01/02)*
**the 01/02 represents the pumps as there is a #1 Condensate Pump and #2 Condensate Pump
3) Make-Up Feedwater Pump:
Model: AA6 CCRE
S.O #: 24451951-001
4) Central Hydraulic Pump:
Model: 509 CCRE
S.O #: 24451947
End of Update 01.
The United States Coast Guard Surface Forces Logistics Center (SFLC) is issuing this combined synopsis and solicitation for the procurement of parts listed below to support the CGC Polar Star. This requirement will result in a firm fixed-price contract.
Scope of Work:
The contractor shall supply the parts listed in the attached Statement of Work (SOW)
All parts must meet the specifications outlined in the attached SOW and/or other applicable documents.
Contract Type:
This requirement will result in a firm fixed-price contract.
Set-Aside Status:
This procurement is a small business set-aside.
Place of Performance/Delivery Location:
The parts shall be delivered to:
ATTN: Brad Jopling
USCGC Polar Star Port Engineers
1519 Alaskan Way S
Bldg 1
Seattle, WA 98134
Delivery must be completed no later than 01 March 2026 to ensure installation during CGC Polar Star’s next availability.
Submission Deadline:
Offerors are advised to carefully review all solicitation documents and adhere to the submission instructions provided. Proposals must be submitted no later than 0900 Pacific Time on 04 December 2025.